Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2012 FBO #4025
SOURCES SOUGHT

Z -- Maintain Maintenance Bay/Hangar Floors IDIQ

Notice Date
11/29/2012
 
Notice Type
Sources Sought
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
FA480913R0003
 
Archive Date
1/7/2013
 
Point of Contact
Monte Clark, Phone: 9197220704, Karen M Register, Phone: 9197221520
 
E-Mail Address
monte.clark@seymourjohnson.af.mil, karen.register@seymourjohnson.af.mil
(monte.clark@seymourjohnson.af.mil, karen.register@seymourjohnson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis for Maintain Maintenance Bay/Hangar Flooring Indefinite Delivery Indefinite Quantity (IDIQ) at Seymour Johnson AFB, (Wayne County) NC. There is no solicitation at this time, nor will any award be made from this posting. A presolicitation notice will be synopsized prior to issuing any resulting solicitation. 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 Maintenance Bay/Hangar 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. Portable equipment and materials in the hangar and/or maintenance bay shall be relocated by Government personnel prior to the contractor beginning work. Apply a chemical resistant urethane (CRU) finish system to the floor. After the CRU coating has been applied, the contractor shall apply lines, signs, text, etc where indicated. All work shall be in strict compliance with the specifications of the contract and specifications and drawings for each task order. The applicable North American Industry Classification System (NAICS) code is 238330 with a small business size standard of $14,000,000.00. The contract type will be fixed price, indefinite delivery, indefinite quantity with a base period of one year and four option periods of one year each. The anticipated guaranteed minimum contract amount including all options is $2,000.00 and the anticipated maximum contract amount is $3,000,000.00. The anticipated minimum task order amount is $2,000.00 and the anticipated maximum amount per task order is $500,000.00. Interested and qualified 8(a), HUBZONE, Economically Disadvantaged Woman-Owned Small Business or Service Disabled Veteran Owned Small Business Concerns must respond to this sources sought synopsis as early as possible but not later than 14 calendar days of this notice. Responses must include: a) Source sought reference number FA4809-13-R-0003 in subject line if submitted via email or on title page if mailed, b) a copy of the firm's 8(a) or Hubzone certification issued by SBA; c) evidence of bonding capability on the bonding company letterhead to the maximum magnitude of the project to include both single and aggregate totals; d) positive statement of the firm's intention to submit a proposal in response to a solicitation as a prime contractor; and e) a copy of the firm's capability statement. The statement should clearly describe: any teaming arrangements; evidence of recent (within the last three years) experience of work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact and telephone numbers. Responses are limited to a maximum of 10 single-sided pages, typed in no less than eleven-pitch font size. 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 Monte Clark at (919)722-0704; email monte.clark@seymourjohnson.af.mil ; secondary POC is karen.register@seymourjohnson.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA480913R0003/listing.html)
 
Place of Performance
Address: Seymour Johnson AFB, Goldsboro, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN02939058-W 20121201/121129234341-9bcc26160b3b95c12264fc94cc65bd41 (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.