Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2016 FBO #5276
SOLICITATION NOTICE

Z -- Protective Coatings

Notice Date
5/2/2016
 
Notice Type
Presolicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
FA4659-16-R-0005
 
Point of Contact
Daniel J. Cary, Phone: 7017475301, Elizabeth Squires, Phone: 7017476103
 
E-Mail Address
daniel.cary@us.af.mil, elizabeth.squires@us.af.mil
(daniel.cary@us.af.mil, elizabeth.squires@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The 319th Contracting Flight at Grand Forks AFB, ND intends to award a single, firm fixed price contract Protective Coating Maintenance at Grand Forks AFB, ND. This is a pre-solicitation/synopsis only. Tentative solicitation release date is 17 May 16 with an approximate response date of 17 June 16. This acquisition will be done in accordance with FAR Part 36 (Construction and Architect -- Engineer Contracts) FAR Part 37 (Service Contracting) and FAR Part 15 (Contracting by Negotiation). The contractor shall furnish all labor, transportation, tools, equipment, uniforms/protective clothing, materials, supplies, supervision, and administration to provide protective coatings for various Grand Forks Air Force Base (GFAFB) facilities in accordance with the terms of this contract. For base industrial facilities, (No work to be performed in Military Family Housing) the Contractor shall perform both exterior and interior painting. The Contractor shall paint walls, ceilings, concrete floors, exterior building surfaces, pavements, parking lot striping, airfield striping, parking ramp markings (arrows), and fire hydrants; install and repair wall coverings; tape, bed, and texture walls. Performance shall be in accordance with the standards contained in the Statement of Work (SOW) dated 29 Jan 2016. The main functions include but are not limited to: - Maintenance Management and Inspection of Facilities. - Exterior Paint Requirements (Surface Preparation, Priming, Painting, Taping (if applicable), Caulking, and Glazing Putty). - Taping, Interior Facilities Maintenance (Surface Preparation, Painting, Taping, and Bedding of Gypsum Board Cracks and Repair of Holes in Gypsum Board as required including all necessary wood blocking.) - Crosswalk Maintenance and striping of streets/parking areas: Streets, airfield, and parking lots shall be painted per Contracting Officer's or designated representative's directions. Cross walk tape shall not be used. In accordance with FAR 36.204(f) The magnitude of this project is between $1M to $5M. The basic period will be tentatively, based on the date of award, from 1 Aug 16 through 31 July 17 with the government's option to extend four additional years. The current applicable NAICS code is 238320. The small business size standard is $15.0 Million. This acquisition will be solicited as 100% Service-Disabled Veteran Owned Small Business Set-Aside. This will be a request for proposal, trade off solicitation with past performance being significantly more important than price. There will be no public bid opening. Award will be made based upon best value to the Government. The Government reserves the right to award to other than the lowest price. Evaluation factors will be set forth in the solicitation. All contractors MUST be registered in the SYSTEM FOR AWARD MANAGEMENT (SAM) database or their proposal WILL NOT be considered for award. Contractors can obtain further information on the SAM database at the website https://www.sam.gov. This solicitation will only be available by downloading the solicitation and http://www.fedbizopps.gov. No paper copies or CD-ROMS will be issued. Once the solicitation is issued, it is incumbent upon the interested parties to visit the website frequency for any updates/amendments to all documents. For Other opportunities and information go to the Small Business Administration (SBA) website at www.sba.gov or contact our Director of Business Operations, Mr. Graham Pritchett and email address graham.pritchett@us.af.mil. All responsible sources may submit a proposal, which will be considered by the agency. Any questions can be directed to TSgt Daniel Cary at 701-747-5301 or via email at daniel.cary@us.af.mil and MSgt Elizabeth Squires at 701-747-5281 or via email at elizabeth.squires@us.af.mil. This notice does not obligate the Government to award to a contractor, nor does it obligate the Government to pay and/or reimburse respondants and/or their associates for any costs incurred to submit the requested information/proposal. Responses to this notice and the RFP will not be returned. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/FA4659-16-R-0005/listing.html)
 
Place of Performance
Address: 575 Tuskegee Airman Blvd, Grand Forks AFB, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN04102463-W 20160504/160502234740-82bec51536ecd2befd42b360338646a3 (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.