Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2017 FBO #5796
SOLICITATION NOTICE

Z -- Cannon AFB Protective Coatings IDIQ

Notice Date
10/4/2017
 
Notice Type
Presolicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5109, United States
 
ZIP Code
88103-5109
 
Solicitation Number
FA4855-18-R-0002
 
Point of Contact
Gregory B. Fortenberry, Phone: 575-784-1661, Roger F. Hartzell, Phone: 8508847690
 
E-Mail Address
gregory.fortenberry@us.af.mil, roger.hartzell@us.af.mil
(gregory.fortenberry@us.af.mil, roger.hartzell@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: Cannon AFB, NM (CAFB) intends to issue a Request for Proposal FA4855-18-R-0002 for Protective Coatings for CAFB facilities and roads on an occupied/unoccupied basis. The resulting contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (IDIQ) type contract. Protective coating projects will be awarded on an individual task orders on an as needed basis. Protective coatings refer to paints, texturing, stains, varnishes, sealers, epoxies and other surface applied products, whether used as primer, intermediate or finish coats on a variety of surfaces. Facilities refer to buildings, structures, roads, parking lots and related items that may require protective coatings. All work shall be performed in accordance with current industry standards and other specifications as identified in the Statement of Work. The period of performance for this requirement is one (1) twelve month base year and four (4) twelve month option year; five (5) years total. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) IDIQ contract. The North American Industrial Classification System Code (NAICS) for this effort is 238320, Painting and Wall Covering Contractor, with a size standard of $15M. TYPE OF SET-ASIDE: 100% small business set-aside. CONSTRUCTION MAGNITUDE: IAW FAR 36.204 the magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 30 October 2017. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. SOLICITATION: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. ANTICIPATED SOURCE SELECTION: The Government anticipates the source selection for this requirement will utilize a best value source selection, conducted in accordance with the Federal Acquisition Regulation (FAR) 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS). These regulations are available electronically at the Air Force (AF) FAR Site, http://farsite.hill.af.mil. The Government anticipates that it will select the best overall offer, based upon an integrated assessment of Technical, Past Performance, and Price. The contract may be awarded to the offeror who is deemed responsible in accordance with the FAR, as supplemented, whose proposal conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by Section L of the solicitation) and is judged, based on the evaluation factors and subfactors to represent the best value to the Government. The Government reserves the right to award a contract to other than the low proposed price. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Team Lead, TSgt Gregoy Fortenberry, email: Gregory.Fortenberry@us.af.mil This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/27CONS/FA4855-18-R-0002/listing.html)
 
Place of Performance
Address: Cannon AFB, NM 88103, United States, Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN04706183-W 20171006/171004231259-77649718edb7b79493493e5464a149bd (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.