Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2025 SAM #8503
SOLICITATION NOTICE

Z -- Fire Department Bay Floor Replaced/Repaired

Notice Date
3/6/2025 8:56:09 AM
 
Notice Type
Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
FA4654 434 CONF LGC GRISSOM ARB IN 46971-5000 USA
 
ZIP Code
46971-5000
 
Solicitation Number
FA465425Q0006
 
Response Due
3/7/2025 12:00:00 PM
 
Archive Date
03/14/2025
 
Point of Contact
Tim Sparks, Phone: 7656882826
 
E-Mail Address
timothy.sparks.8@us.af.mil
(timothy.sparks.8@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
�RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 4:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Valid quotes are to include the following: BACKGROUND: The 434 Grissom ARB, Indiana Fire Department has a requirement to replace/ repair a garage bay floor and is soliciting capability and/or product statements from all qualified and interested businesses to gain knowledge of potential qualified sources. The requirement is for repair and/or replacement for non-slip coating/paint of Bay area concrete floor. The NAICS code is 238330 with a size standard of $19.0 million and the requirement will result in a Firm Fixed Priced contract. The magnitude of the requirement is between $25,000 and $100,000. CONTRACT DRAWINGS Drawings are attached to this Notice as Project No. CTGB 251000 Drawings, and represent the Statement of Work for performance, including the extent, square footage, location and general arrangement of the work to be accomplished. In accordance with the provision FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) (2023-O0002) (MAY 2024) and FAR 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I (MAY 2024) 024). The Offeror shall complete the annual representations and certification electronically in the System for Award Management (SAM). The work covered under this contract includes furnishing all labor, materials, supplies, equipment of services required to Repair fire Station Bay Floors, Facilities 474 at Grissom Air Reserve Base, Indiana If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated. 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. 3) implement a successful project management plan that includes compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation. 4) provide services under a construction firm fixed acquisition contract. ELIGIBILITY The applicable NAICS code for this requirement is 238330 � Flooring Contractors and the associated small business size standard is $19,000,000.00. The product/service code is Z2AZ Repair or Alteration of Other Administrative Facilities and Service Buildings. Each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 3 pm, Eastern Standard Time (EST), 7 March 2025. All responses under this Solicitation Notice must be e-mailed to timothy.sparks.8@us.af.mil This documentation must address at a minimum the following items: 1. Business name, address, point of contact, phone number, and e-mail address 2. Business Unique Entity Identifier and Cage Code number 3. Address capability to perform a contract of this magnitude and complexity 4. Type of business and business size 5. Joint Venture information, if applicable 6. Offeror's Bonding Capability 7. Contractor may submit examples of work done by a subcontractor if that subcontractor intends to enter into a letter of commitment with the contractor 8. State specific specialty and experience in performing similar requirements The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Davis Bacon Act. Upon evaluation of the capability statements, if it is determined that this requirement will be a Total Small Business Set-Aside competition. All data received in response to this Solicitation that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the Contracting Officer identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise because of a response to this Solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c445e0b0ec13488c8f10d58d0c69580c/view)
 
Place of Performance
Address: Grissom ARB, IN 46971, USA
Zip Code: 46971
Country: USA
 
Record
SN07363366-F 20250308/250307152914 (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.