Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOURCES SOUGHT

56 -- FLOORING STRIPPING

Notice Date
8/28/2006
 
Notice Type
Sources Sought
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F1S1AB6198BQ04
 
Response Due
9/1/2006
 
Archive Date
9/16/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Notice The Air Force Flight Test Center has a requirement for the following : PART 1 ? GENERAL REQUIREMENTS 1.0 SCOPE: The work consists of, but is not limited to, furnishing all labor, materials, equipment, and supervision required to strip and paint approximately 13,000 square feet of hangar floor in Buildings 1435 and 1442 located at Edwards Air Force, California. 1.01 GOVERNMENT FURNISHED UTILITIES: Water and electricity will be furnished to the contractor from existing Government systems/outlets at no cost to the contractor. The contractor shall furnish all equipment, material, and labor necessary to obtain the utilities from the existing systems/outlets. Restroom facilities will be available for contractor use. 1.02 WORK HOURS: The hours of work shall be from 7:00AM to 4:00 P.M. Monday through Friday, excluding federal holidays. During the entire contract performance period, the facility will be occupied. Coordinate with 412 MXG Plans Division. 300 E. Yeager Blvd, Edwards AFB, CA, telephone number (661)277-0728 in scheduling operations to minimize conflict and to facilitate government usage. Contract performance shall be 30 days or less. No work shall commence with out prior coordination with the 412 MXG Plans Division and approval of the Contracting Officer. 1.03 BASE ACCESS: Proof of current vehicle registration, driver?s license and vehicle insurance must be made available prior to issuance of the base access permits. The contractor shall obtain base access for his personnel, subcontractors, vehicles and equipment by submitting the following information to the Contracting Officer or within five (5) working days prior to commencing work: NAME OF INDIVIDUAL Social Security Number Driver?s License Number Vehicle License Number 2.0 FIELD VERIFICATION: All measurements stated herein are approximate. 2.1 STRIPPING AND PAINTING FLOORS: 2.01A Stripping Floor: Existing AGE Maintenance floor shall be sanded, cleaned with citrus-based cleaner, and prepped for coating. 2.01B Painting Floor: Apply water borne epoxy primer over entire floor to be painted. Paint floor with two (2) coats of two (2)-part water based epoxy chemical-resistant urethane, Zoellerguard 11121 or equal (Protective Coating Systems/Zoellerguard Manufacturing. Floor coating must be resistant to gasoline, skydrol, isopropyl alcohol, water, motor oil, and automatic transmission fluids. Floor coating must be nonflammable. It must not give off toxic fumes and must meet current California VOC regulations. Floor coating shall be applied in accordance to manufacturer?s instructions. Application procedure shall ensure a high gloss, slightly textured finish. Manufacturer?s curing time for between coats and prior to heavy traffic will be strictly adhered to. 2.01C Quality Assurance: The contractor shall provide a quality assurance or technical representative who is certified as such by the approved floor coating manufacturer. The contractor shall ensure the on-site presence of said technical or quality assurance representative during all floor preparation and coating applications. 2.01D Damage Repair: The contractor shall repair any damage to floor or building surfaces. 2.01E Submittals: prior to commencement of work, the contractor shall provide the following submittals to the Contracting Officer for review approval. 1. Color to be selected during submittal phase. 2. Floor coating chemical-resistance data. 3. Floor coating technical data. 4. Manufacturer?s application insurance. 5. Product manufacturer?s warranty 6. Contractor?s warranty of performance. 7. Product manufacturer?s standard color chart or color chips shall be submitted for approval. 8. Material Safety Data Sheet (MSDS), listing at a minimum, the manufacturer?s name, address and phone number, product identification, hazardous ingredients data, health hazards data, reactivity data, spill or leak procedures, safe handling and use information, and special precautions. MSDS must have VOC content of coating material. Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements are invited to submit in writing complete information describing their ability to provide the complete the SOW above. Firms responding to this synopsis must identify their company?s capabilities to perform the requirements described herein, reference the synopsis number and indicate whether or not that they are a small or small disadvantaged business concern as defined in FAR 52.219-1. The NAICS code is 238990. The Small Business size standard is 500 employees. The information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this sources sought synopsis, is solely within the discretion of the Air Force. The Government does not intend to pay for any information provided under this sources sought synopsis. It is anticipated that a Firm Fixed Price contract will be awarded in August 2005. All responses MUST be sent via e-mail to andrea.haley@edwards.af.mil or mailed to 412TW/PKDA, 5 South Wolfe Ave, Edwards AFB, CA 93524-1185, Attention: Andrea haley . Post marks will not be accepted. Responses to this sources sought synopsis are due in the office by COB, 1 Sept 2006.
 
Record
SN01127487-W 20060830/060828221021 (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.