Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2015 FBO #5024
SOLICITATION NOTICE

80 -- Abate Lead-Based Paint and Repaint Exterior of Metal Wate Tank - Statement of Work (SOW)

Notice Date
8/24/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 301 LSS/LGC, 1710 Burke Street, Suite 100, Carswell ARB, NAS JRB FT Worth, Texas, 76127-6200
 
ZIP Code
76127-6200
 
Solicitation Number
F5A6CE5222AW03
 
Archive Date
9/23/2015
 
Point of Contact
Marvin Frizell, Phone: 817-782-7830, Yvette Todtenhoefer, Phone: 817-782-5668
 
E-Mail Address
marvin.frizell.1@us.af.mil, yvette.todtenhoefer@us.af.mil
(marvin.frizell.1@us.af.mil, yvette.todtenhoefer@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bldg 1657 Water Tank Drawings and Specifications Statement of Work (SOW) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Thus, quotes are being requested and a separate written solicitation will not be issued. This solicitation number FA6CE5222AW03 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This acquisition is a 100% small business set-aside. The associated NAICS code is 238320 (Painting and Wall Covering Contractors). DESCRIPTION: Work will consist of the Abate Lead-Based Paint (LBP), Prime and Paint outer surfaces of water tank (18,000 gallon), and water pipes, and safety ladder, with two coats of enamel and a gloss enamel topcoat. All lead based pain abatement procedures shall comply with all local state and federal regulation governing removal and disposal. The contractor shall furnish all necessary plant, labor, supervision, quality control, personnel, equipment, tools, materials, and other incidental equipment or services necessary for providing all work shown on the drawings and the statement of work, and all applicable codes, regulations, standards and criteria in effect at the date of solicitation. The anticipated performance period is 45 calendar days after issuance of the Notice to Proceed. All responsible sources may submit a proposal, which shall be considered by the agency. The magnitude of this project, in accordance with FAR 36.204(c) is between $25,000 and $100,000. REQUIREMENT: See attached Statement of Work (SOW) FUNDING STATUS: This acquisition is currently UNFUNDED SITE VISIT : An organized site visit is schedule for Monday 31 August 2015 at 1000 PM CST. It's highly recommended that all interested parties attend. For site visit information, please contact marvin.frizell.1@us.af.mil. EVALUATION OF QUOTATIONS/OFFERS : Quotes/offers will be evaluated IAW 13.106-2. This will be a Lowest Price Technically Acceptable (LPTA) evaluation criteria. NOTICE TO OFFERORS: Funds are not presently available for this project. No award will be made until funds are available to make payments under a contract. The government reserves the right to cancel this solicitation, either before or after bid opening/RFP closing, with no obligation to the offeror by the government. All contractors must be registered in the System for Award Management (SAM) in accordance with FAR 52.204-7 prior to any contract award. Please ensure that quotes also contain Cage Code, DUNS Number, Tax Identification Number, Prompt Payment Terms, Delivery Time, Date Offer Expires, Warranty, Line Item Unit Price, and Total Cost. Request that quotes be valid thru 30 Sept 2015. SUBMISSION GUIDELINES : Submit all quotes to marvin.frizell.1@us.af.mil NLT than 8 September 2015 @ 1100 AM Central. This will be the only US Government point of receipt for quotes for this requirement (this includes mail servers). It is the offeror's responsibility to get the proposal in on time and should allow sufficient time for the quote to clear any and all email servers. Microsoft Office and Adobe PDF files are the accepted forms of files to be submitted. Please limit file size to 3MB or less. Quotes submitted prior to close date are welcome. NO TELEPHONE INQUIRIES. All questions must be sent electronically via email
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/301LSSLGC/F5A6CE5222AW03/listing.html)
 
Place of Performance
Address: NAS JRB, Building 1657, Fort Worth, Texas, 76127, United States
Zip Code: 76127
 
Record
SN03853446-W 20150826/150825000401-27b833958b8079bab334541aa5fe21f8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.