SOURCES SOUGHT
Z -- Maintain Maintenance Bay/Hangar Flooring at Seymour Johnson AFB, NC.
- Notice Date
- 2/26/2009
- Notice Type
- Sources Sought
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, North Carolina, 27531
- ZIP Code
- 27531
- Solicitation Number
- FA4809-09-R-0008
- Point of Contact
- Matthew r Rowe,, Phone: 919-722-5405, Bobbie White,, Phone: 919-722-5602
- E-Mail Address
-
matthew.rowe@seymourjohnson.af.mil, bobbie.white@seymourjohnson.af.mil
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought synopsis to Maintain Maintenance Bay/Hangar Flooring at Seymour Johnson AFB, (Wayne County) NC. This action is being considered as a possible set-aside for 8(a), HUBZone, or Service Disabled Veteran Owned Small Business concerns. Work consists of furnishing all plant, labor, equipment and material, and performing all work in connection with Maintain Maintenance Bay/Hangar Flooring. The work covered includes, but is not limited to the following: Remove and dispose of existing floor coatings on hangar and/or maintenance bay floors, and prepare surface to receive new coating. Any damage to the concrete surface and/or joints during stripping shall be repaired by the Contractor at no expense to the government. Damage is defined as spalling or cracking, and is not intended to include shot blast marks or overlap lines. Some Hangar Floors may contain metal shake. Water based materials shall not be used to prep these floors. Existing coatings/markings may contain Lead Based Paint and shall be removed accordingly. Portable equipment and materials in the hangar and/or maintenance bay shall be relocated by government personnel prior to the contractor beginning work. The government requires a start of work notice a minimum of ten (10) business days before work will commence. Contractor shall coordinate with Contracting Officer’s representative to schedule relocation of equipment. Existing air handling units, interior fencing, and other permanently installed equipment will remain at floor level. Contractor shall protect intakes/drains/vents and the like from paint, dust, debris, and coating fumes during application. Apply a chemical resistant urethane (CRU) finish system to the floor. Work includes marking lines, text, signs and other markings as indicated in each task order’s specifications or plans. The standard color for CRU coating shall be light gray semi-gloss unless specifically stated differently in individual task order specifications/plans. After the CRU coating has been applied, the contractor shall apply lines, signs, text, etc where indicated. The material shall be of the quality as the base CRU, but a higher gloss version to contrast the floor. Lines shown on each task order's plans are for reference only – exact location of the lines shall be field verified by the Contractor. Restricted areas are defined by a 6” red stripe. Breaks in the stripe are considered Entry Control Points. The contractor shall paint the letters “ECP” (Entry Control Point) at all of the entry points on each hangar floor as existing. “Restricted Area” signs shall be painted adjacent to these entry points. Each sign shall be approximately 18” wide and 18” high and face outward so as to be read from outside the restricted area. All other miscellaneous text shall be of a color and size determined in each specific task order. Locations of signs and text will be provided with each task order. All work shall be in strict compliance with the specifications of the contract and specifications and drawings for each task order. This will be a firm-fixed price Indefinite-Delivery/Indefinite-Quantity (IDIQ) construction contract. The project magnitude is estimated between $1,000,000.00 and $5,000,000.00. The applicable North American Industry Classification System (NAICS) code is 238330 with a small business size standard of $14,000,000.00. The performance period is one (1) base year with three (3) option years of one (1) year each. The guaranteed minimum contract amount including all options is $50,000.00 and the maximum contract amount is $1,900,000.00. The minimum task order amount is $3,000.00 and the maximum amount per task order is $500,000.00. Interested 8(a), HUBZone, and Service Disabled Veteran Owned small business concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but not later than 5 calendar days after the date of this notice. As a minimum, the following information is required: a) a positive statement of your intention to bid on this contract as a prime contractor; (b) evidence of recency within the past three (3) years and experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts and telephone numbers; (c) evidence of bonding capability to the maximum magnitude of the project to include both single and aggregate totals. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested and qualified 8(a), HUBZone or SDVOSB concerns. Failure to submit all information requested will result in a contractor not being considered as an interested and qualified 8(a), HUBZone or SDVOSB concern. A decision on whether this requirement will be pursued as an 8(a), HUBZone or SDVOSB set-aside or on an unrestricted basis will be posted on FedBizOpps within two calendar days after the 5 calendar days have expired. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. Past performance is significantly more important than price. It is anticipated the solicitation will be issued electronically on or about 25 March 09 On the Federal Business Opportunities web page at http:www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review the FBO site frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), adobe Acrobat Reader (.pdf), WinZip(.zip or.exe.), or Autocad. More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to eligible for timely award. Effective January 1, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to www.bpn.gov to add/update its ORCA record. Oral communications are not acceptable in response to this notice. This sources sought notice should not be construed in any manner to be an obligation to issue a requirement, a contract, or result in any claim for reimbursement of costs for any effort expended in responding to this request. The Government will not reimburse contacts for any cost(s) incurred for participation in this survey. Primary POC is Matthew Rowe at (919)722-5421; email matthew.rowe@seymourjohnson.af.mil; secondary POC is bobbie.white@seymourjohnson.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0fe8c80736bcae4d7eb1b4a617c9899d&tab=core&_cview=1)
- Place of Performance
- Address: 1095 Peterson Ave, Seymour Johnson AFB, Goldsboro, North Carolina, 27531, United States
- Zip Code: 27531
- Zip Code: 27531
- Record
- SN01758209-W 20090228/090226221304-0fe8c80736bcae4d7eb1b4a617c9899d (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 |