Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2023 SAM #7814
SOURCES SOUGHT

Z -- Z--FOLS, Exterior Painting Buildings, Ground Features

Notice Date
4/18/2023 7:23:32 AM
 
Notice Type
Sources Sought
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6023Q0019
 
Response Due
4/28/2023 12:00:00 PM
 
Point of Contact
Kircher, Adam, Phone: (402) 661 - 1606
 
E-Mail Address
adam_kircher@nps.gov
(adam_kircher@nps.gov)
 
Description
The National Park Service requests information through this Sources Sought 140P6023Q0019 from small business vendors registered as small businesses under NAICS 238320 - Painting and Wall Covering Contractors, with a size standard of $19.0M or that meets that size standard and can perform the work. Vendors interested in submitting a proposal for this requirement should send a Statement of Qualifications. Submit information to the Contract Specialist, Adam Kircher, at adam_kircher@nps.gov, no later than (NLT) 2:00 PM CS on April 28th, 2023. All costs associated with providing information in response to this market survey shall be the responsibility of the firm. Any information submitted is voluntary. The Contracting Officer will make an acquisition strategy decision based on the results of this market survey and a future solicitation may be issued as unrestricted without further consideration. The Work consists of the following: Fort Larned served as US military outpost to protect US Mail service from 1859 to 1880�s before being decommission and sold. It served as a ranch and farm until it became a National Historic Site in 1968 and is managed by the National Park Service. The fort consists of 9 original structures from the 1800�s and one reconstructed building. This contract work is focused upon the Barracks / Hospital building (HS-2), Shops building (HS-3), New Commissary building (HS-4) and the following Grounds Features, Officer�s Row fences, delineation handrail and the flagpole. Surface Preparation: of existing painted wood and stone surfaces to receive new paint finishes. No Power Pressure Washer to be used to execute this work. Clean substrate of substances that could impair bond of paints, including dust, dirt, oils, grease, and incompatible paints and encapsulants. Note presence of encapsulated lead-based paint. Use all precautions required by law and removal methods appropriate to meet OSHA standards. Provide all protective measures necessary for facility to remain occupied during the work and for staff/visitor safety. Dispose of all debris and protective measures as required by law. Masonry Substrate: Remove efflorescence and chalk. Do not paint surfaces if moisture content or alkalinity of surface or mortar joints exceed that permitted in manufactures written instructions. Wood Substrate: Scrape and clean knots before applying primer, apply coat of knot sealer recommended in writing by topcoat manufacturer for the exterior used paint system indicated. Sand surfaces that will be exposed to view and dust-off. Prime edges, ends faces, and undersides. After priming fill all holes and imperfection in the finish surfaces with putty or plastic wood filler. Sand smooth when dried. Paint Application: apply paint according to manufacturer�s written instructions and recommendations. Use Brush applicators and techniques suited for paint and substrate indicated for the building and handrails. Roller applicators for the fences and flagpole in accordance with manufacturer's written instructions. Paint surfaces behind movable items same as similar exposed surfaces before final installation. Paint both sides and edges of exterior doors and entire exposed surface of the exterior door frames. Paint entire window unit surfaces, frames, moldings and sashes and shutters including hardware. If undercoat or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. Apply paint to produce surface films without cloudiness, spotting, holidays, laps, excessive brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut-in sharp lines and color breaks. The National Park Service anticipates awarding a Firm Fixed-Price contract. Period of Performance: 90 calendar days from Award date. Paper copies of this announcement will not be provided. Any future solicitation information, if released, may be obtained through Sam.gov at https://www.sam.gov. Any questions relating to this announcement must be submitted in writing, via email ONLY, to the Contract Specialist, Adam Kircher, adam_kircher@nps.gov. Include the reference number (140P6023Q0019) in the subject line. DISCLAIMER: This is NOT a solicitation announcement. This is a sources sought announcement only. Responses to this announcement shall not constitute responses to a solicitation. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. This announcement does not guarantee a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any Government assessments. The information received will be utilized to assist in formulating a strategy for competitive procurements. Electing not to submit a capability statement does not preclude a company from submitting an offer under any resulting solicitation, if a solicitation is issued, nor will it impact the evaluation of an offeror that did not submit a capability statement. Any subsequent solicitation, if issued, will be subject to availability of funds. Interested firms must submit the following information: - Name of Firm - Point of Contact - Address - Phone Number - Email Address - UEI Number - Capability statement- A brief summary of capabilities. - Size status/SBA certifications (size standard for NAICS 238220) Mark all that apply: Small Business Indian Small Business Economic Enterprises Women Owned Small Business (WOSB) Economically Disadvantaged Women Owned Small Business (EDWOSB) HUBZone Service Disabled Veteran Owned Small Business (SDVOSB) Other (specify) Please include the reference number (140P6023Q0019) in the subject line of all correspondence. Future announcements concerning this requirement may be found on https://www.sam.gov under Keyword / Solicitation #: 140P6023Q0019. END OF ANNOUNCEMENT
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f780c00dc468490c89553702e7a3dbaa/view)
 
Place of Performance
Address: 1335 180th Avenue, Larned, KS 67550, USA
Zip Code: 67550
Country: USA
 
Record
SN06654909-F 20230420/230418230127 (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 |
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.