SOLICITATION NOTICE
Y -- Protective Coating Repair and Maintenance
- Notice Date
- 12/14/2005
- Notice Type
- Solicitation Notice
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Keesler AFB, 81st Contracting Squadron, 310 M Street Rm 102, Keesler AFB, MS, 39534-2147
- ZIP Code
- 39534-2147
- Solicitation Number
- FA3010-06-R-0003
- Response Due
- 2/7/2006
- Archive Date
- 2/22/2006
- Description
- The 81st Contracting Squadron, Keesler AFB MS, is seeking firms to provide protective coating repair and maintenance on an indefinite delivery-indefinite quantity schedule. The following information is a brief description of what will be required, but is not all-inclusive. The work includes furnishing labor, materials (including paint, wallpaper, & signage), vehicles, equipment, tools, supervision, transportation, required to perform protective coating maintenance as required at various locations on Keesler AFB MS. This is a Request for Proposal (RFP) solicitation. There will be no public bid opening. The basis for award will be Best Value utilizing Performance-Price Trade-off (PPT) technique. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirements and will provide the best value to the government considering recent and relevant past/present performance and price. The government reserves the right to award a contract to other than the low offeror. The magnitude of this project is between $1,000,000 and $5,000,000.00 for the Base and two six-month option years. The minimum order amount will be $50,000.00 and the maximum order amount will be $4.5 million for the life of the contract. The NAICS code for this requirement is 238320. The SBA size standard is $12 Mil. This acquisition is being considered for either a HUBZone or Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. If your firm is HUBZone certified and intends to propose on this acquisition, you must provide the following information to the Contracting Officer not later than ten (10) days after publication of this notice: (a) SBA Certification of HUBZone eligibility; (b) a positive statement of your intention to bid on this contract as a prime contractor; (c) evidence of recent, relevant experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts with telephone numbers; and (d) evidence of bonding capability up to $1,000,000. If your firm is a SDVOSB you must provide the following information to the Contracting Officer (CO) not later than 10 days after publication of this notice: (a) A statement of Service-Disabled Veteran-Owned Small Business (SDVOSB) status; (b) a positive statement of your intention to bid on this contract as a prime contractor; (c) evidence of recent, relevant experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts with telephone numbers; and (d) evidence of bonding capability up to $1,000,000. In the event two or more responsible SDVOSB and HUBZone SB firms positively respond to this synopsis, the CO will give preference to SDVOSB firms and the acquisition will be set-aside for SDVOSBs. In the event the CO receives two or more responsible responses from only one category, i.e., SDVOSB or HUBZone, then the acquisition will be set-aside for that particular SB category. Should fewer than two responsible SDVOSB or HUBZone contractors respond to this synopsis, the solicitation will be issued unrestricted pursuant to the Competitiveness Demonstration Program. In accordance with FAR 19.1307, the price evaluation adjustment would apply to any HUBZone that responded to the competitive solicitation. Notice of either setaside or Competitiveness Demonstration Program will be provided in the posted RFP. Postal service or fax copies are required. Electronic copies are not permitted. The closing date and time for submission of offers will be contained in the solicitation package. The solicitation is expected to be issued on or about 4 Jan 05. The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov./. The Government will not provide paper copies of the solicitation or the Interested Vendor's List (IVL). Telephone, written, facsimile, or e-mail requests for the solicitation package or the IVL list will not be honored. Potential offerors MUST register at www.fedbizopps.gov./ in order to receive notification and/or changes to the solicitation. The IVL will be activated and may be accessed and printed from this web site. Prospective offerors who would like their company name included on the Bidders Mailing List (landholder's list) may do so on the fedbizopps website under IVL. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. Be advised that all interested parties MUST be registered in the Central Contractor Registration (CCR) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with CCR, you may request an application via phone at 1-888-227-2423 or register on-line at http://www.ccr.gov/index.cfm. To register with ORCA, you may go online at http://www.bpn.gov/orca/.
- Place of Performance
- Address: Keesler AFB, MS
- Zip Code: 39564
- Country: USA
- Zip Code: 39564
- Record
- SN00952045-W 20051216/051214212010 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |