Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2016 FBO #5507
SOURCES SOUGHT

Z -- Sources Sought for Joint Base Paint IDIQ

Notice Date
12/19/2016
 
Notice Type
Sources Sought
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-16-R-0100
 
Point of Contact
Graham G. Staudt, Phone: 7577646882, Justin D. Scherer, Phone: 7577645601
 
E-Mail Address
graham.staudt@us.af.mil, justin.scherer@us.af.mil
(graham.staudt@us.af.mil, justin.scherer@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAIABLE AT THIS TIME. THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS SOURCES SOUGHT. The 633d Contracting Squadron, Langley AFB, Virginia is seeking the interest of potential and eligible contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) Paint contract that will cover requirements on Langley Air Force Base (Air Force) and Fort Eustis (Army) military installations. This is a Sources Sought announcement; a market survey for written information only. This market survey is being conducted to identify potential sources interested in providing work which includes all materials, labor, tools, equipment, transportation, supervision, management and other services (including engineering/technical design support) necessary for repair/paint exterior and interior of multiple facilities. The work may include, but is not limited to, the following: Furnish all material, labor, equipment and services necessary for, and incidental, to the repair of exterior materials, finishes and trim. The work includes the preparation for and accomplishment of repairs to the following: existing brick veneers and mortar joints; wood and metal trim stucco finishes; metal and wood siding; damaged wood waterproofing; lead-based paint abatement; metal fascias; gutters and downspouts; glazing of windows, doors and chimney caps, crowns and associated work. Paint or "Paints" includes all primers, enamels, emulsions, stains, varnishes, lacquers, sealers, fillers and all types of coatings, whether used as a primer or intermediate and/or finish coat. All work shall be accomplished in accordance with contract documents and most recent Federal and state regulations. The 633d Air Base Wing is seeking those firms with a demonstrated history of relevant painting experience where the primary focus is on IDIQ type contracts with simultaneous performance of multiple projects at differing locations, similar to the task order value that will be executed under this contract. The estimated ceiling of the IDIQ contract will be $4,500,000.00. Task orders will be firm-fixed and the price will average $34,000.00. The US Government anticipates awarding a 12-month base contract with two 12-month option years. The following North American Industry Classification System (NAICS) code will apply to this acquisition: 238320 - Painting and wall covering contractors. The SBA size standard for this NAICS code is $15,000,000.00. The description of work will be identified in each individual task order. Performance and payment bonds will be required per individual delivery order, in accordance with Federal Acquisition Regulation (FAR) Part 28. Firms responding to this sources sought notice must: •1. State the company name, list a point of contact and their phone number. •2. State if the company is a small or large business based on the size standard listed above, include a DUNS number or cage code, and list any applicable socioeconomic categories such as 8(a) or service disabled veteran owned small business. •3. Provide up to four (4) past performance in the form of an outline stating the total value of the contract, place of performance, period of performance, and what type of contract vehicle the contract was awarded (example sole source, IDIQ or competitive award) •4. Potential offerors should limit their responses to two (2) pages (single or double spaced, 10 pt. font). All information included in offeror responses should be specific to this sources sought synopsis. We do not intend this to be burdensome, but would like a snapshot of your company and its capabilities related to this sources sought. Responses to this Sources Sought announcement are due not later than (NLT) 2:00pm EST, 09 January 2017. Late responses will not be accepted. Responces shall be sent by email to: graham.staudt@us.af.mil. All questions regarding this notice can be addressed to SSgt Graham Staudt at graham.staudt@us.af.mil. Contracting Office Address: 14 Burrell Street Langley AFB, Virginia 23665-2291 United States Place of Performance: Langley AFB and Ft Eustis, Virginia United States Primary Point of Contact: SSgt Graham Staudt graham.staudt@us.af.mil Phone: 757-764-6882
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-16-R-0100/listing.html)
 
Place of Performance
Address: Langley Air Force Base and Fort Eustis, Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN04355575-W 20161221/161219234905-09cd73db1525a261db8d82d849422ec2 (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.