Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2014 FBO #4443
MODIFICATION

Z -- Maintain Maintenance Bay/Hangar Floors IDIQ - Question and Response

Notice Date
1/21/2014
 
Notice Type
Modification/Amendment
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
FA4809-13-R-0003
 
Archive Date
12/5/2013
 
Point of Contact
Jason Endicott, Phone: 919-722-5423, Jamie L. Harrell, Phone: 919-722-5425
 
E-Mail Address
jason.endicott@us.af.mil, jamie.harrell@us.af.mil
(jason.endicott@us.af.mil, jamie.harrell@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Question and Answer regarding quantities on Section J, Attachment 2. Please review the attached document to Solicitation FA4809-13-R-0003. Please review attached Amendment 0003 to Solicitation FA4809-13-R-0003. Please review the attached documents to Solicitation FA4809-13-R-0003. Please review attached Amendment 0002 to Solicitation FA4809-13-R-0003. Please review attached Amendment 0001 to Solicitation FA4809-13-R-0003. The below presolicitation notice has been officially converted into a formal solicitation. FA4809-13-R-0003, Maintain Maintenance Bay/Hangar Floors IDIQ Seymour Johnson AFB, (Wayne County) North Carolina, has a requirement for Maintain Maintenance Bay/Hangar Flooring Indefinite Delivery Indefinite Quantity (IDIQ) and intends to issue a formal Request for Proposal (RFP) on or about 3 Dec 13 via Fed Biz Opps. Work consists of furnishing all plant, labor, equipment and material, and performing all work in connection with Maintain Maintenance Bay/Hangar Flooring. The work covered includes, but is not limited to the following: Remove and dispose of existing floor coatings on hangar and/or maintenance bay floors, and prepare surface to receive new coating. Abate lead based paint as required. Portable equipment and materials in the hangar and/or maintenance bay shall be relocated by Government personnel prior to the contractor beginning work. Apply a chemical resistant urethane (CRU) finish system to the floor. After the CRU coating has been applied, the contractor shall apply lines, signs, text, etc where indicated. All work shall be in strict compliance with the specifications of the contract and specifications and drawings for each task order. The applicable North American Industry Classification System (NAICS) code is 238330 with a small business size standard of $14,000,000.00. The contract type will be firm-fixed price, indefinite delivery, indefinite quantity with a base period of one year and four option periods of one year each. The anticipated guaranteed minimum contract amount including all options is $2,000.00 and the anticipated maximum contract amount is $3,000,000.00. The anticipated minimum task order amount is $2,000.00 and the anticipated maximum amount per task order is $500,000.00. This procurement is being solicited as a 100% Small Business set-aside. The Government intends to make a single award. The successful contractor will be selected using lowest price technically acceptable source selection procedures, resulting in the Best Value to the Government. The entire solicitation will be made available only on the Federal Business Opportunities website www.fedbizopps.gov. No paper copies will be issued. Potential offerors are responsible for monitoring this site for the release of this solicitation package. To be eligible for contract award offerors must be registered and marked active in the System for Award Management (SAM). Register via the SAM website www.sam.gov. All responsible sources may submit a proposal that shall be considered by this Agency. Interested contractors are encouraged to submit their contact information by registering as an interested vendor utilizing the Vendor Notification Service link within the Register to Receive Notification function of Fed Biz Ops. No bidder's mailing list will be maintained. Primary POC is SSgt Jason Endicott at (919)722-5423; email jason.endicott@us.af.mil and the secondary POC is TSgt Jamie Harrell at (919)722-5425; email jamie.harrell@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-13-R-0003/listing.html)
 
Place of Performance
Address: Seymour Johnson AFB, Goldsboro, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN03271067-W 20140123/140121233817-5b144c4c69d7c9a87baabc3a336892a6 (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.