Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2009 FBO #2705
SOLICITATION NOTICE

Z -- Maintain Interior/Exterior Paint, IDIQ

Notice Date
4/21/2009
 
Notice Type
Presolicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, North Carolina, 27531
 
ZIP Code
27531
 
Solicitation Number
FA480909R0009
 
Point of Contact
Stephanie L. Hebert,, Phone: 9197225423, Bobbie White,, Phone: 919-722-5602
 
E-Mail Address
stephanie.hebert@seymourjohnson.af.mil, bobbie.white@seymourjohnson.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
This is a competitive 8(a) Program procurement limited to certified 8(a) concerns located in the State of North Carolina. All other concerns and 8(a) firms are deemed ineligible to submit offers. The applicable North American Industry Classification System (NAICS) code for this acquisition is 238320 with a small business size standard of $14,000,000.00. Work consists of providing all plant, labor, transportation, equipment, and materials necessary to plan, manage, and complete the Maintain Interior/Exterior Paint contract at Seymour Johnson AFB, NC. This will be a firm-fixed price indefinite-delivery, indefinite quantity (IDIQ) for interior/exterior paint requirements. The work involved includes, but is not limited to: prepare/paint/stain exterior surfaces, remove/replace wall covering and/or vinyl base cove, prepare/paint/stain interior surfaces, repair gypsum wallboard as required, scaffolding/lift work, and lead based paint disturbance. During the contract period of performance, the Base Civil Engineer may identify construction tasks and the Base Contracting Office will issue individual task orders to the Contractor to complete the tasking. Period of Performance and Magnitude: The magnitude for this requirement is more than $3,500,000.00. The period of performance is one (1) base year (of 365 calendar days), with four (4) option year periods consisting of one (1) year each. The guaranteed minimum is $3,000.00 for the life of the contract, and the maximum ordering limitation is $3,505,000.00 over the life of the contract. The minimum amount per task order is $3,000.00, and the maximum amount per task order is $500,000.00. The selected contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government after determining acceptability of offers. Past performance is significantly more important than price. Past performance must be both recent and relevant. It is anticipated the solicitation will be issued electronically on or about 15 May 09 on the Federal Business Opportunities (FBO) web site 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. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or.exe.), and / or AutoCAD. More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add/update its ORCA record. Evidence of bonding capability must be submitted with the offeror's proposal in response to the solicitation. Primary POC is Mrs. Stephanie Hebert at (919) 722-5423; email: stephanie.hebert@seymourjohnson.af.mil. or alternate Mrs. Bobbie White at (919) 722-5602; email: bobbie.white@seymourjohnson.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=45239b5c9abdb5c1f12d42f4a66c42e2&tab=core&_cview=1)
 
Place of Performance
Address: Seymour Johnson AFB, Wayne County, NC, Seymour Johnson AFB, North Carolina, 27531-2459, United States
Zip Code: 27531-2459
 
Record
SN01797998-W 20090423/090421220458-45239b5c9abdb5c1f12d42f4a66c42e2 (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.