SOLICITATION NOTICE
Z -- PROTECTIVE COATING
- Notice Date
- 5/9/2008
- Notice Type
- Presolicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- FA4418-08-R-0002
- Point of Contact
- Terry Harrelson,, Phone: (843) 963-5180, Cheryl M Bennett,, Phone: (843) 963-5173
- E-Mail Address
-
terry.harrelson-02@charleston.af.mil, cheryl.bennett@charleston.af.mil
- Small Business Set-Aside
- N/A
- Description
- General Information Document Type: Pre-solicitation Notice Solicitation Number: FA4418-08-R-0002 Posted Date: 9 May 08 Original Response Date: 26 June 08 Original Archive Date: Current Archive Date: Classification Code: Z - Maintenance, repair, and alteration of real property Contracting Office Address Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB. SC, 29404-5021. Protective Coatings Maintenance: estimated magnitude for this project is between $100,000 and $250,000 per year. The contract for these services will be awarded as a requirements contract with one base year and four option years. The work required will consist of blasting, scraping, surface preparation and application of various types of paint. Work will be accomplished on wood, metal, concrete masonry, stucco, special sidings and glass that are exposed to the weather. Additionally, exterior trim including fascia gutters, downspouts, soffits, railing, molding, window sashes and piping. All labor, vehicles, equipment, tools, materials, supervision and other furnished property and services except as specified in the contract as Government furnished property will be provided by the contractor. Typical painting WILL NOT include family housing units, fuel storage areas, accessories, heating and air conditioning plants, water storage towers and stand pipes, streets, parking lots, airfield markings, self-help projects, structures over 45 feet in height and other painting projects identified in the Real Property. A firm-fixed price contract is contemplated. SDVOSB and HUBZone firms will first be sought by individual group. If a response from two or more qualified firms is received for any of the two categories, this requirement will be set-aside. Should an insufficient number of responses be received in the two categories, the requirement will be issued unrestricted. Interested SDVOSB and HUBZone concerns should indicate interest to the Contracting Officer, in writing as early as possible, but not later than 19 May 2008. AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) A copy of your letter from the VA certifying your status as a SDV or a copy of the certificate issued by SBA of your qualifications as a HUBZone concerns. (b) A positive statement of you intention to bid on this contract as a prime contractor; (c) Evidence of recent experience in work similar in type and scope to included contract numbers, project titles, dollar amounts, points of contract with current telephone numbers and percent and description of work self-performed; (d) Evidence of bonding capability to the maximum magnitude of the project to include both single and aggregate totals. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested SDVOSB or HUBZone concerns. Failure to submit all information requested may result in a contractor not being considered as an interested SDVOSB or HUBZone concerns. If adequate interest is not received from SDVOSB and HUBZone concerns, the solicitation will be issued as unrestricted without further notice. The applicable North American Industry Classification System (NAICS) code is 238320 with a small business size standard of $13,000,000. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. The government reserves the right to award a contract to other than the lowest price. Evaluation factors will be set forth in Sections L & M of the solicitation. It is anticipated the solicitation will be issue electronically on or about 19 May 2008 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Primary point of contract: TSgt Terry Harrelson, Contract Specialist, Phone, (843) 963-5180, FAX (43) 963-2829, e-mail: terry.harrelson-02@charleston.af.mil. Alternate point of contract: Cheryl Bennett, Contracting Officer, Phone (843) 963-5173, FAX (843) 963-2829, e-mail: cheryl.bennett@charleston.af.mil. Send all correspondence to: 437th Contracting Squadron, Attn: TSgt Terry Harrelson, 101 Ease Hill Blvd, Charleston AFB, SC 29404-5021. Original Point of Contact TSgt Terry Harrelson, Contract Specialist, Phone, (843) 963-5180, FAX (43) 963-2829, e-mail: terry.harrelson-02@charleston.af.mil. Alternate point of contract: Cheryl Bennett, Contracting Officer, Phone (843) 963-5173, FAX (843) 963-2829, e-mail: cheryl.bennett@charleston.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b3230e58b5fa9f586db1e4843072240f&tab=core&_cview=1)
- Place of Performance
- Address: Address:Charleston AFB, SC, Postal Code:29404-5021, Country: USA, Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN01570608-W 20080511/080509220749-b3230e58b5fa9f586db1e4843072240f (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 |