Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2017 FBO #5578
MODIFICATION

Z -- Wood Floor Refinishing

Notice Date
2/28/2017
 
Notice Type
Modification/Amendment
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA700-17-R-0019
 
Archive Date
4/14/2017
 
Point of Contact
Leila N. Bussey, Phone: 7193336674, Aaron Vollbracht, Phone: 7193334761
 
E-Mail Address
leila.bussey@us.af.mil, aaron.vollbracht@us.af.mil
(leila.bussey@us.af.mil, aaron.vollbracht@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wood Floor Refinishing General Information Document Type: Sources Sought Notice Solicitation Number: FA7000-17-R-0019 Posted Date: 15 February 2017 Original Response Date: 1 March 2017 Current Response Date: 1 March 2017 Classification Code: 7220 NAICS Code: 238330 – Floor Contractors Contracting Office Address Department of the Air Force, Direct Reporting Units, USAF Academy – 10 CONS, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315 Description The purpose of this amendment 0001 is to extend the closing date for wood floor refinishing. The closing date is extended from 1 March 2017, 8:30 a.m. to 30 March 2017, 8:30 a.m. This is a Sources Sought Synopsis for market research purposes only. The United States Air Force Academy, CO seeks potential sources for a proposed government acquisition of Wood Floor Refinishing. The anticipated North American Industries Classification System (NAICS) code is 238330 Floor Contractors and the Small Business Administration (SBA) small business size standard is $15M. Magnitude of construction is $250,000 to $500,000. The proposed contract would be awarded to one vendor as a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract. Work will be issued through task orders ranging in value from #3,000 to $150,000. The anticipated performance period is one base year with four option years. There is no solicitation available at this time. The work requirements to be performed by the contractor consist of, but are not limited to, providing personnel, equipment, tools, materials, supervision, and other items and services necessary to perform refinishing of wood floors, stairs, stair treads, risers, hand railings, transition strips thresholds and bleachers/benches at the United States Air Force Academy (USAFA), Colorado. Floor replacement, court striping, logos, and lettering (e.g. basketball courts, gymnasium floors, and dance floors) shall also be required. Court striping conforming to NCAA standards will be required. Interested and qualified sources are requested to provide the following information: (1) Company name, address, and point of contact, telephone number, and e-mail address. (2) Offeror’s Business Size, Small Business type, CAGE Code, and DUNS. (3) Offerors capability to perform wood floor refinishing projects of a magnitude between $3,000 and $150,000. Provide list of ALL RELEVANT projects (projects of a similar size and scope of the proposed project are considered relevant), either Government or commercial, performed within the last three years with a brief description of the project; contract number, project title, dollar amount, timeliness of performance; customer satisfaction. Include your customer’s name (vendor), address, telephone number, email address, and points of contact with their phone numbers. Indicate if you were the prime or subcontractor, and, if you were a subcontractor, provide the name and point of contact for the prime contractor. Include percentage of self-performed work, how the work was accomplished, and the performance rating for the work. (4) Any notable commercial practices such as pricing, structure, warranty terms/conditions, product types/brands/applications base, lead times, commercial payment terms and conditions. All of the above information should be submitted in sufficient detail for a decision to be made on the availability of interested sources. Proprietary information should be marked “PROPRIETARY INFORMATION”. Failure to submit all information by the submission due date and time may result in a contractor being considered not interested in this requirement any may affect the Government’s acquisition strategy for this requirement. All potential offerors are reminded, in accordance with FAR 52.204-7, System for Award Management, lack of registration in the System for Award Management (SAM) will make an offeror ineligible for contract award. Offerors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.acquisition.gov. Representation and Certification are to be accomplished at https://www.sam.gov. Registration requires applicants to have a DUNS number from Dun and Bradstreet and can be obtained at www.dnb.com. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. OMBUDSMAN (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, James Anderson 8110 Industrial Drive, STE 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 Email: james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Interested Offerors shall respond to this Sources Sought Synopsis no later than 1 March 2017 (8:30 AM Mountain Time). Mail or email your responses to Leila Bussey, Contract Specialist, email leila.bussey@us.af.mil, ATTN: 10 CONS, 8110 Industrial Drive, Suite 200, USAFA, CO 80840. This is a Sources Sought Synopsis for market research purposes only and is not a Request for Proposal (RFP). No solicitation is being issued or requested at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Point of Contact Leila Bussey, 10 CONS, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, phone (719) 333-6674, email leila.bussey@us.af.mil. Place of Performance 10 CONS, 8110 Industrial Drive, Ste 200, USAF Academy CO 80840-2315
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA700-17-R-0019/listing.html)
 
Place of Performance
Address: 10 CONS, 8110 Industrial Drive, Ste 200, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN04416660-W 20170302/170228234339-41920f28f7e18d8fb4116f7e84d47518 (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.