Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOLICITATION NOTICE

Y -- Refinish Hangar Floor

Notice Date
5/15/2020 9:42:55 AM
 
Notice Type
Presolicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
W7MZ USPFO ACTIVITY CT ARNG HARTFORD CT 06105-3706 USA
 
ZIP Code
06105-3706
 
Solicitation Number
W91ZRS20R0021
 
Response Due
6/1/2020 9:00:00 AM
 
Archive Date
06/16/2020
 
Point of Contact
Philip J. Orzech
 
E-Mail Address
philip.j.orzech.mil@mail.mil
(philip.j.orzech.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The United States Property and Fiscal Office (USPFO) of Connecticut intends to issue an Invitation for Bid (IFB) to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the concrete surface preparation and application of a reflective, highly durable, Chemical resistant Floor Surfacing System on approximately 29,500 square feet of concrete floor located in building 152 at the Army Aviation Support Facility (AASF) in Windsor Locks, CT.� Project Description: Repairing existing concrete floor surface. Removal of existing floor finish and applying new floor finish, and stripping/markings. Removal of existing joint materials and sealers and applying new joint materials and sealers. Removal of existing finishes. Finishing new and existing construction. This Project does not exceed the Threshold limits as defined by the Connecticut General Statutes. This project is an Agency Administered project as defined by CG Statutes. This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 238330, with a size standard of $16.5 million. The Product/Service Code (PSC) is Y1JZ. The magnitude of this project is between $100,000 and $250,000. FAR CLAUSE 52.219-14 (c)(3) LIMITATIONS ON SUBCONTRACTING applies to this project, which states �By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract...the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees�. The tentative date for issuing the solicitation is on or about 30 May 2020, and it will remain open for 30 days. The tentative date for the presolicitation conference is on or about 02 June 2020, time and location specifics will be in the solicitation. Interested vendors are encouraged to attend the presolicitation conference and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the presolicitation conference. The tentative date for the bid opening is on or about 30 June 2020. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in beta.sam.gov. Offerors will need a DUNS number to register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from beta.sam.gov. The solicitation number will likely be W91ZRS-20-R-0021 issued by the USPFO-CT P&C, 360 Broad Street, Hartford, CT 06105. The Contract Specialist will be Philip Orzech who can be reached at 860-386-4044 or Philip.j.orzech.civ@mail.mil. All responsible sources may submit a bid which shall be considered by the agency, after the solicitation is issued. �An award will be made to the responsible bidder whose bid is responsive to the terms of the invitation for bids and is most advantageous to the Government, considering only price and the price related factors included in the invitation, as provided in FAR subpart 14.4. DISCLAIMER: The official plans and specification are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to beta.sam.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror�s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror�s inability to access the documents posted on the referenced webpages. The Government will not issue paper copies. All inquiries must be in writing, preferable via e-mail, to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is Army Aviation Support Facility (AASF) in Windsor Locks, CT. The United States Property and Fiscal Office (USPFO) of Connecticut intends to issue an Invitation for Bid (IFB) to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the concrete surface preparation and application of a reflective, highly durable, Chemical resistant Floor Surfacing System on approximately 29,500 square feet of concrete floor located in building 152 at the Army Aviation Support Facility (AASF) in Windsor Locks, CT.� Project Description: Repairing existing concrete floor surface. Removal of existing floor finish and applying new floor finish, and stripping/markings. Removal of existing joint materials and sealers and applying new joint materials and sealers. Removal of existing finishes. Finishing new and existing construction. This Project does not exceed the Threshold limits as defined by the Connecticut General Statutes. This project is an Agency Administered project as defined by CG Statutes. This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 238330, with a size standard of $16.5 million. The Product/Service Code (PSC) is Y1JZ. The magnitude of this project is between $100,000 and $250,000. FAR CLAUSE 52.219-14 (c)(3) LIMITATIONS ON SUBCONTRACTING applies to this project, which states �By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract...the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees�. The tentative date for issuing the solicitation is on or about 30 May 2020, and it will remain open for 30 days. The tentative date for the presolicitation conference is on or about 02 June 2020, time and location specifics will be in the solicitation. Interested vendors are encouraged to attend the presolicitation conference and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the presolicitation conference. The tentative date for the bid opening is on or about 30 June 2020. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in beta.sam.gov. Offerors will need a DUNS number to register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from beta.sam.gov. The solicitation number will likely be W91ZRS-20-R-0021 issued by the USPFO-CT P&C, 360 Broad Street, Hartford, CT 06105. The Contract Specialist will be Philip Orzech who can be reached at 860-386-4044 or Philip.j.orzech.civ@mail.mil. All responsible sources may submit a bid which shall be considered by the agency, after the solicitation is issued. �An award will be made to the responsible bidder whose bid is responsive to the terms of the invitation for bids and is most advantageous to the Government, considering only price and the price related factors included in the invitation, as provided in FAR subpart 14.4. DISCLAIMER: The official plans and specification are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to beta.sam.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror�s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror�s inability to access the documents posted on the referenced webpages. The Government will not issue paper copies. All inquiries must be in writing, preferable via e-mail, to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is Army Aviation Support Facility (AASF) in Windsor Locks, CT.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/20142b7002174ac5926224f175319f44/view)
 
Place of Performance
Address: Windsor Locks, CT 06096, USA
Zip Code: 06096
Country: USA
 
Record
SN05659204-F 20200517/200516071015 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.