Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2010 FBO #3148
MODIFICATION

38 -- PAINTING IDIQ-LACKLAND AFB, TX

Notice Date
7/6/2010
 
Notice Type
Modification/Amendment
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-10-R-0011-PAINTING
 
Point of Contact
KIMBERLY MATA, Phone: (210) 671-5144, JACKIE L. MURRAY, Phone: 2106711728
 
E-Mail Address
kimberly.mata@us.af.mil, jackie.murray@us.af.mil
(kimberly.mata@us.af.mil, jackie.murray@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Date: 6 July 10 Subject: FA3047-10-R-0011 Painting IDIQ-Questions and Answers. The purpose of this posting is to publize questions and government responses in regards to this solicitation. The following is for informational purposes only. 1. Question: The bid documents indicate "Disposal of Lead" in specification (Project information) Section J - Attachment 2, Page 1, 009000 -Item 1.2.1. In what line item do we include this cost? 1. Government Response: In all line items that has lead abatement or encapsulation. If there is any lead material which comes off any surface the contractor must dispose of it, as per specifications. 2. Question: The bidder is required to move all furniture, pictures and equipment to complete painting of the walls and ceilings per specification (Project Information) Section J - Attachment 2, Page 2, 002000 - 1.3.3 Facility Occupancy. Who will move (detach/reset) all network equipment, telephones, printers, copying machines, scanners and CPU equipment? 2. Government Response: Contractor will move away from wall and reset all furniture, pictures and equipment. Building users will unplug all equipment that takes power and user will plug back in all the equipment when job is complete. 3. Question: Are there any LEED (Leadership in Energy & Environmental Design) requirements for this contract? If so, what are the LEED requirements? 3. Government Response: No LEED requirements. 4. Question: How many projects will require night work? 4. Government Response: Work hours are from 0730 to 1630. Monday thru Friday. 5. Question: The bidder is required to perform Lead abatement per specification (Environmental Protection) Section J -Attachment 2, Page 2, 015720 -Item 1.2.1 Abatement and Control. 5. Government Response: Yes. 6. Question: The bidder is required to provide storage per specification (Environmental Protection) Section J - Attachment 2, Page 9, 015720 -Item 1.9.2 Storage Piles Control Method Description. In what line item do we include this cost? 6. Government Response: Each line item should include "General Conditions". 7. Question: Per Specification (Environmental Protection) Section J - Attachment 2, Page 10, 015720 -Item 1.9.3 Site Access Improvements. The bidder is required to provide haul roads. Does the Government intend for the cost of this work to be spread out over all of the unit cost? 7. Government Response: Yes. 8. Question: The bidder is required to provide Notification to the State of Texas Health Services per specification (Removal/Control and Disposal of Paint with Lead) Section J - Attachment 2, Page 2, 028233 -Item 1.3.7 Regulatory Forms and Fees. The TDSHS notification must be fill out for each building with a minimum fee for each notification and we do not find the quantity of buildings. Separate Notifications are required for asbestos and Lead Abatement. Can you provide the quantities of buildings which will require Asbestos/Lead Abatement work so we can estimate the cost? Does the Government intend for the cost of this work to be spread out over all of the unit cost? Is the 10 day Texas State delay included in the required schedule completion requirement? In what line item do we include this cost? 8. Government Response: a) All buildings to be painted will first, be checked out by Lackland AFB, Civil Engineer Squadron. If there is lead or we think there might be lead present we will then use the line items in this contract to test for lead abatement and disposal. b) The estimated quantities are per line item in the contract. c) The unit cost should be just in the line items which require Lead Abatement. d) The time frame for each project will be negotiated with the contracting officer, inspector and contractor before each project is awarded. 9. Question: Per specification Section J - Attachment 1 Bid Schedule, Item No. (0001AB35, 0001AB36, 0001AD17,0001AD18, 0001AD19, 0001AD20), the bidder is required to replace doors. The nominal size of older (pre1975-1980) wood and metal doors is bigger than the current standard sizes. Is it the Government's intent for the Contractor to provide standard US door sizes that are readily available? 9. Government Response: The door size is per line item, 3'0" X 6'8", "standard US door size".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-10-R-0011-PAINTING/listing.html)
 
Place of Performance
Address: Contractor shall be responsible to perform various painting work at Lackland AFB, Lackland Training Annex, Kelly Field Annex, Wilford Hall Medical Center, and Air Base Ground Defense at Camp Bullis, San Antonio, TX., Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02197019-W 20100708/100706234611-7e96f16ef9dd693d6b4494762851e5fc (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.