Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2017 FBO #5606
SOURCES SOUGHT

Z -- EIFS Painting/Repair

Notice Date
3/28/2017
 
Notice Type
Sources Sought
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-17-B-0001
 
Archive Date
4/26/2017
 
Point of Contact
Brooke Hoffman, Phone: 3153303979
 
E-Mail Address
brooke.hoffman@us.af.mil
(brooke.hoffman@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Capable sources are sought for a project to repair and paint the exterior walls on the east side of DFAS Building 1, Rome, NY. The work covered under this Contract consists of furnishing all labor, equipment, and materials and performing all work required to repair and paint the exterior walls on the east side of DFAS Building 1. The existing exterior insulation and finishing system cladding, (EIFS) manufacturer is Sto Corp. The work to be performed includes the following principal features: 1. Wall Restoration; power wash, clean, prep, repair, and recoat exterior insulation finish system cladding, (EIFS) surfaces on the east side and the north side of the east wing of building 2. Repair damaged areas of Sto Corp exterior insulation and finishing system, (EIFS). Work to include all moisture/delaminating repairs, blisters, holes, impact damage, cracks, and items removed. Follow manufacturers Repair & Refinish procedures. Finish texture to match adjacent areas.. 3. Clean, power wash, prep, and recoat approximately 14,900 SF of EIFS with two coats of StoCoat Acryl Plus or approved equal. Clean and power wash all surfaces to remove soil, chalk, mildew, grease, and oil. Follow manufacturer's instruction for cleaning and recoating. Paint to be compatible with concrete, masonry, and EIFS wall coatings. Color to match existing. Surface preparation and application to be according to manufacturer's recommendations. The applicable NAICS code is 238320 with an associated small business size standard of $15,000,000 average annual revenue. Note that this Sources Sought Notice is for planning purposes only. The information obtained from responses to this notice may be used to develop an acquisition strategy and future solicitation. The Air Force is considering whether to set aside this Firm Fixed Price (FFP) acquisition for competitive 8(a), HUBZone Small Business (SB), Service Disabled Veteran Owned Small Business (SDVOSB), Woman Owned Small Business (WOSB) or Small Business (SB). If adequate responses are not received, the acquisition may be solicited on a "full and open" basis. If this effort is to be set aside, then a clause such as FAR 52.219-14, Limitations on Subcontracting, will apply and the prime specialty trade contractor will be required to perform a minimum of 25% of the cost of the contract, not including the cost of materials, with its own employees. The estimated magnitude of construction is between $25,000 and $100,000. All interested 8(a); HUBZone SB, SDVOSB, WOSB and SB concerns are invited to respond. In order to be considered, responses must include the following: 1. Positive statement of intent to submit a proposal for this solicitation as a prime contractor. 2. Evidence of successful completion within the past five (5) years as a prime contractor of at least two (2) projects similar in magnitude and scope to the work described in this notice. Past performance information for work cited above to include: (a) Project description detailing the size and scope. (b) Description of methods employed to successfully work within the fixed schedule and prescribed budget. (c) Contract numbers, project titles, dollar amounts, points of contact, and contact information. 3. With regard to this acquisition, a narrative statement describing the intended responsibilities of the prime contractor and subcontractor(s), what work elements each would accomplish, and how the prime contractor would fulfill the requirement to perform at least 25% of the work (not including the cost of materials) with its own employees. 4. Evidence and quantification of bonding and insurance capacity for the work described in this notice. 5. Description of Safety and Quality Control methodologies not to exceed 2 pages each. 6. Documentation of current 8(a), HUBZone SB, SDVOSB, WOSB or SB status such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov) NOTE: All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone SB, SDVOSB, WOSB or SB concerns. Failure to submit all information requested may result in a contractor being considered ‘NOT INTERESTED' in this requirement. Firms that meet the requirements described in this announcement are invited to submit their responses to the attention of Brooke Hoffman, Contract Specialist (Brooke.Hoffman@us.af.mil) with an email copy to John Haberer (John.Haberer@us.af.mil ). Responses must be sent by email. All information must be received before 3:00 PM (ET) 11 APRIL 2017 to be considered. Technical questions may be referred to Brooke Hoffman, email Brooke.Hoffman@us.af.mil Small Business program questions may be referred to Bruce Miller, email Bruce.Miller.1@us.af.mil If a solicitation for this requirement is issued, in order to receive a contract award, the successful offeror must be actively registered in System Award Management (SAM - http://www.sam.gov) and Wide Area Workflow (WAWF - https://wawf.eb.mil). This Sources Sought Notice is not a Request for Proposal (RFP). No solicitation is being issued at this time. 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. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government's use of such information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-17-B-0001/listing.html)
 
Place of Performance
Address: Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN04449941-W 20170330/170328235127-a12db4140c9660704ad43af8ed9474a0 (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.