Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2007 FBO #1991
SOURCES SOUGHT

Z -- Maintain CRU Flooring

Notice Date
5/8/2007
 
Notice Type
Sources Sought
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4809-07-R-0011
 
Response Due
5/14/2007
 
Description
This is a sources sought synopsis to Maintain CRU Flooring at Seymour Johnson AFB, (Wayne County) NC. This action is being considered as a possible set-aside for 8(a), HUBZone, or Service Disabled Veteran Owned Small Business concerns. Work consists of furnishing all plant, labor, equipment and material, and performing all work in connection with Maintain CRU Flooring. The work covered includes, but is not limited to the following: Remove and dispose of existing floor coatings on hangar and/or maintenance bay floors, and prepare surface to receive new coating. Any damage to the concrete surface and/or joints during stripping shall be repaired by the Contractor at no expense to the government. Damage is defined as spalling or cracking, and is not intended to include shot blast marks or overlap lines. Some Hangar Floors may contain metal shake. Water based materials shall not be used to prep these floors. Portable equipment and materials in the hangar and/or maintenance bay shall be relocated by government personnel prior to the contractor beginning work. Contractor shall coordinate with Contracting Officer?s representative to schedule relocation of equipment. Existing air handling units at floor level will remain. Contractor shall protect intakes from paint, dust, and coating fumes during application. Apply a chemical resistant urethane finish system to the floor. Work includes marking red line restricted areas, yellow tow lines, and other markings as indicated. Lines shown on each task order's plans are for reference only ? exact location of the lines shall be field verified by the Contracting Officer?s representative and the Contractor. Existing lines may contain Lead Based Paint and shall be removed accordingly. The contractor shall paint one ECP sign at all of the entry points in each hangar floor. ?ECP? shall be black lettering and approximately 6 inches high. Additionally, ?Restricted Area? signs shall be painted around the perimeter of each bay. Each sign shall be approximately 18? wide and 14? high. The word ?WARNING? shall be painted red using all capital letters. All other lettering shall be black with the background painted in white. The contractor shall use a paint that is compatible with the final CRU coating. Locations and exact sizes of signs will be provided with each task order. All work shall be in strict compliance with the specifications of the contract and specifications and drawings for each task order. This will be a firm-fixed price Indefinite-Delivery/Indefinite-Quantity (IDIQ) construction contract. The project magnitude is estimated between $250,000.00 and $500,000.00. The applicable North American Industry Classification System (NAICS) code is 238330 with a small business size standard of $13,000,000.00. The performance period is one (1) base year with two (2) option years. The guaranteed minimum contract amount including all options is $2,000.00 and the maximum contract amount is $500,000.00. The minimum task order amount is $2,000.00 and the maximum amount per task order is $100,000.00. Interested 8(a), HUBZone, and Service Disabled Veteran Owned small business concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but not later than 5 calendar days after the date of this notice. As a minimum, the following information is required: a) a positive statement of your intention to bid on this contract as a prime contractor; (b) evidence of recency within the past three (3) years and experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts and telephone numbers; (c) evidence of bonding capability to the maximum magnitude of the project to include both single and aggregate totals. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested and qualified 8(a), HUBZone or SDVOSB concerns. Failure to submit all information requested will result in a contractor not being considered as an interested and qualified 8(a), HUBZone or SDVOSB concern. A decision on whether this requirement will be pursued as an 8(a), HUBZone or SDVOSB set-aside or on an unrestricted basis will be posted on FedBizOpps within two calendar days after the 5 calendar days have expired. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. Past performance is significantly more important than price. It is anticipated the solicitation will be issued electronically on or about 29 May 07 On the Federal Business Opportunities web page at http:www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review the FBO site frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), adobe Acrobat Reader (.pdf), WinZip(.zip or .exe.), or Autocad. More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to eligible for timely award. Effective January 1, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to www.bpn.gov to add/update its ORCA record. Oral communications are not acceptable in response to this notice. This sources sought notice should not be construed in any manner to be an obligation to issue a requirement, a contract, or result in any claim for reimbursement of costs for any effort expended in responding to this request. The Government will not reimburse contacts for any cost(s) incurred for participation in this survey. Primary POC is Nitra Latta at (919) 722-7074; email: nitra.latta@seymourjohnson.af.mil; secondary POC is bobbie.white@seymourjohnson.af.mil.
 
Place of Performance
Address: 4th Contracting Squadron/LGCA, 1695 Wright Brothers Ave, Seymour johnson AFB NC
Zip Code: 27531
Country: UNITED STATES
 
Record
SN01289571-W 20070510/070508220446 (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.