SOURCES SOUGHT
Z -- Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Contract for Exterior Painting
- Notice Date
- 4/21/2020 11:54:22 AM
- Notice Type
- Sources Sought
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- FA5000 673 CONS LGC JBER AK 99506-2501 USA
- ZIP Code
- 99506-2501
- Solicitation Number
- A006873
- Response Due
- 5/6/2020 9:00:00 AM
- Archive Date
- 05/21/2020
- Point of Contact
- Kimberly Perry, Phone: 907-552-3969, Daniel P Swoyer, Phone: 907-552-5587
- E-Mail Address
-
kimberly.perry.6@us.af.mil, daniel.swoyer.1@us.af.mil
(kimberly.perry.6@us.af.mil, daniel.swoyer.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Sources Sought Notice ONLY. This is NOT a request for proposal. The Government is seeking information for market research purposes only and may or may not elect to issue a solicitation in the future. The 673d Contracting Squadron located at Joint Base Elmendorf-Richardson, AK 99506 is conducting a market survey to determine interest, capabilities, and qualifications of any/all potential business sources for a proposed Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Exterior Painting contract. The proposed North American Industry Classification System (NAICS) code for the requirement is 238320 � Painting and Wall Covering Contractors, with a business size of $15M. Responses to this notice will be used by the Government to make appropriated acquisition decisions. This proposed requirement will include exterior painting, lead abatement and asbestos abatement necessary for the successful completion of individual task orders to be identified and issued as described in the contract specifications. Exterior painting of new, previously painted and other designated surfaces including mechanical or electrical equipment, ramps, docks, and other attached unnumbered structures. This will include paint removal, encapsulation, enclosure and demolition, replacement of damaged, rotted or deteriorated wood surfaces, concrete, masonry, metal, screen fabric, insulation, metal gutters, downspouts, flashing and trim, repairing of cracks and holes in existing concrete, masonry, plaster and gypsum wallboard.� In response to this sources sought notice, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, and CAGE code. 2. A statement of your current business size status and its relation to the NAICS code size standard that�s proposed for this requirement. If you represent a small business, please include the small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc. 3. Your bonding capacity per contract and aggregate dollar amount. 4. Information in sufficient detail regarding previous experience on similar requirements, pertinent certifications, etc., that will facilitate making a capability determination. a. Identify whether your firm has the capability to meet the Government's requirement. Indicate whether you have any current partnering/teaming arrangements with other firms. b. Describe your firm's prior experience working with hazardous materials, abatement, and disposal as it relates to the work of painting and painting preparations. c. Identify number of years of experience and describe your firm's prior�experience on projects of a similar size and scope to the requirement described above, especially those performed in subarctic or other extreme cold weather environments. Limit your experience�response to recent (within 3 years) and relevant projects and include the following information: Contract number, customer or firm name, or other identifying details of the project Points of contact for the project including names, telephone numbers, and email addresses City, State (if applicable), and country of performance Type of contract vehicle and Contract Line Item Number (CLIN) structure (if applicable) A brief description of your support of the project Percentage of work as Prime Contractor d. Provide feedback your firm might have regarding major risk areas and avenues for mitigation on requirement of this type. A solicitation is not currently available and may not be made available in the future. If a solicitation is issued, it will be announced separately on beta.sam.gov as a Contract Opportunity.� All interested parties must respond to the solicitation announcement separately from the response to this request for information. Responses to this request for information shall be submitted in writing. No telephone inquiries will be accepted or returned. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES AND NO SOLICITATION IS AVAILABLE DISCLAIMER: This sources sought notice is issued for informational and planning purposes only and does not constitute a solicitation.� All information received in response to this sources sought notice that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the government to form a binding contract. Responses are submitted at no cost to the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7a09f58e8bfe4baaa3c6667b2de3e9c9/view)
- Place of Performance
- Address: JBER, AK 99506, USA
- Zip Code: 99506
- Country: USA
- Zip Code: 99506
- Record
- SN05631370-F 20200423/200422060435 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |