Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
DOCUMENT

Z -- Replace Carpet and Ceiling; perform painting at Ann Arbor MI - Attachment

Notice Date
5/8/2017
 
Notice Type
Attachment
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
27254
 
Response Due
5/15/2017
 
Archive Date
5/15/2017
 
Point of Contact
PATTI OWENS, patti.ctr.owens@faa.gov, Phone: 405-954-0693
 
E-Mail Address
Click here to email PATTI OWENS
(patti.ctr.owens@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a market survey for removing existing carpet and replace, remove and replace acoustic ceiling tiles, paint and wooden bookshelves replacement in or near Ann Arbor, Michigan. The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting proposals at this time. At this time the nature of the competition has not been determined. The FAA is seeking interest from the small business community for possible set-aside of all or part of the procurement. Responses are desired from any/all eligible small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. FAA anticipates that any resultant contract will be a Fixed-Price contract. The purpose of this market survey is to solicit statements of interest and capabilities from small businesses, in particular service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing the required items. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses, or 8(a) certified firms. The scope of work consists of: Interior Paint Work 1) The Contractor shall prepare and paint the specified surfaces in the areas identified in SOW 2) The Contractor shall move office furniture as required to perform the paint work. Carpet Replacement 1)The Contractor shall remove, and dispose of offsite, existing carpet, vinyl base cove, and edge strips 2)The Contractor shall clean and prepare the floor surfaces where new carpet is to be installed 3)The Contractor shall provide and install new carpet, vinyl base cove, and new ADA-compliant aluminum threshold/edge strip, to replace the existing removed strips 4)The Contractor shall move office furniture as required to perform the carpet installation. Any furniture that is moved during the course of carpet installation shall be returned to its original location at the completion of the paint work Acoustic Ceiling Tile Replacement 1)The Contractor shall remove and replace all water stained and physically damaged acoustic ceiling tile found in any room in the Base Building. Approximately 500 square feet of ceiling tile shall be replaced. 2)The Contractor shall provide and install new acoustic ceiling tile to replace all removed damaged ceiling tile in the Base Building. The new ceiling tile shall match, as closely as possible, the color, texture, and appearance of the existing ceiling tile 3)The Contractor shall properly dispose of offsite, all removed ceiling tile. Shelf Replacement 1)The Contractor shall remove and dispose of three (3) existing painted wood bookshelves, measuring approximately 72 x 12 x thick. These shelves are located in Room #103 (Secretary- Reception Room). 2)The Contractor shall provide and install three (3) new painted wood bookshelves that closely match the existing wood shelves in size and appearance. The principle North American Industry Classification System (NAICS) code for this effort is 238390 - Other building finishing contractors, with a size standard of $15M. Interested vendors should submit the following documents to the point of contact listed at the bottom of this announcement: 1. Capability Statement - This document is limited to not more than six (6) pages and must identify: (a your firm has done similar work in the past. (b) Dollar value and type of monitoring /remediation / abatement services provided by your firm under previous contracts (provide dollar value, type of contract, start/completion dates, and customer/end-user information) which meet the contract performance requirements above; (c) Number of years in business performing the services required of this announcement; 2. Business Duns number- Interested vendors shall supply their company Duns number. 3. A copy of the vendor's SBA 8(a) Certification Letter, if applicable. All responses to this market survey must be received by 5:00 p.m. CST on May15, 2017. All submittals should be submitted in electronic format (email) to: Patti Owens, Contractor, Contract Specialist, Z-Indigo Consulting, LLC, Email: patti.ctr.owens@fAA.gov. Please include Solicitation/27254. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendors' expense. NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending. Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/27254 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/27254/listing.html)
 
Document(s)
Attachment
 
File Name: DRAWING A7 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78116)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78116

 
File Name: SOW (doc) (https://faaco.faa.gov/index.cfm/attachment/download/78115)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78115

 
File Name: DRAWING A01 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78118)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78118

 
File Name: DRAWING A8 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78117)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78117

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04500317-W 20170510/170508235157-f754e4f0da9359a482a939e66b4f3fcc (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.