Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 17, 2016 FBO #5473
SOURCES SOUGHT

Z -- Exterior Paint Requirements

Notice Date
11/15/2016
 
Notice Type
Sources Sought
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Leavenworth, 535 Kearny Ave, Bldg 338, Fort Leavenworth, Kansas, 66027, United States
 
ZIP Code
66027
 
Solicitation Number
W91QF4-17-B-0003
 
Archive Date
12/16/2016
 
Point of Contact
Robert M. Parvin, Phone: 913-684-1625, Alphonso Barnes Jr, Phone: 9136841643
 
E-Mail Address
usarmy.leavenworth.acc-micc.mbx.construction@mail.mil, usarmy.leavenworth.acc-micc.mbx.construction@mail.mil
(usarmy.leavenworth.acc-micc.mbx.construction@mail.mil, usarmy.leavenworth.acc-micc.mbx.construction@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A POTENTIAL SOURCES SOUGHT SYNOPSIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH STUDY FOR AN ANTICIPATED MILITARY PROGRAM. The information received will be used within the Directorate of Public Works, Fort Leavenworth, Kansas, to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is not a request for proposals, but a survey of the market for potential sources. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the review. Directorate of Public Works, Fort Leavenworth, KS is seeking current relevant experience, personnel, and capability to perform a Requirements Paint Contract. The project is to repair and paint various OMA buildings throughout Fort Leavenworth, Kansas. Paint all previously and minor repairs to interior surfaces. Prime and paint all previously painted and new replacement items and exterior surfaces to include, but not limited to: 1) There are approximately 140 buildings that fall under this project. This number could vary as buildings are constructed or demolished. Building size varies dramatically from building no. 45 a three story masonry building with wood porches and trim, to building no. 814 a 4' X 4' X 8' trap house at Brunner Skeet Range. There are approximately 19 buildings with wood porches 10 of those have wood handrails and spindles. 2) Exterior wood items: Facias, soffits, frieze boards, wrap boards, pilaster/column, pilaster/column cap or cap boards, balustrade, wood windows & frames, porches (and their components), steps, and handrails. 3) Exterior metal items: gutters & down spouts, doors, door frames, column bases, louvers, standing seam roofs, flashing, exterior piping, conduit, electrical panel boxes, balustrade, railing, security screen/bars, & lintels. 4) Concrete items: previously painted window & door sills, column bases, foundation and foundation caps, and lintels. 5) Replace damaged window putty around glass panes and caulk. 6) Repair or replace all deteriorated or damaged exterior wood and metal items and surfaces, as designatred in a Scope of Work. Building components to be repaired or replaced include, but is not limited to, exterior wood items (dimensional lumber, hardboard, millwork, trim, columns, etc.), glass & glazing, gutters, down spouts for the U.S. Army Fort Leavenworth Department of Public Works. NOTE: a) All buildings will be occupied during construction. b) Some of the existing paint contains lead. Lead-based paint is to be handled as described in the attached specification 02 82 33.13 20 REMOVAL/CONTROL AND DISPOSAL OF PAINT WITH LEAD. The task orders to be awarded under this contract will be for miscellaneous paint items throughout Fort Leavenworth, within the North American Industry Classification System (NAICS) code is 238320 (Painting and Wall Covering Contractors), with a corresponding Small Business Size Standard of $15 million. The proposed contract will be for One Base Year with two (2) each one year Government options, resulting in a potential maximum contract ordering period of 3 years. The estimated contract value is $2,000,000.00 for the base year and option years, if exercised. The anticipated Task Order values are an estimated average range between $2,000.00 and $300,000.00. FAR Clause 52.216-21 Requirements will be applicable to this acquisition, if procured by the Government. Interested sources are invited to respond to this sources sought announcement utilizing their company letterhead in a Portable Document Format (PDF). Please include the following information: 1) Contractor Information shall include: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL, if applicable; and Small business size certification, if applicable. For more information on the definitions or requirements of small business programs, refer to http://www.sba.gov/. 2) Bonding Capacity: Provide your surety's name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 3) Experience: Submit a maximum of six (6) government or commercial contracts/projects your firm has completed in the last 5 years demonstrating your experience in paint work with specific skills in performing: a. Exterior wood items, b. Exterior metal items, c. Concrete items, d. Replace damaged window putty around glass panes and caulk, e. Repair or replace all deteriorated or damaged exterior wood and metal items and surfaces, f. Handling Lead Based Paint in accordance with specification 02 82 33.13 20 Removal/Control and Disposal of Paint with Lead. For each of the contracts/projects submitted, provide the title; location; whether prime or subcontractor work; award and completion dates; contract or subcontract value; type of work; type of contract; a narrative description of the services provided by your firm; and customer information including two points of contact, phone number, and email address. E-mail file may not be larger than 3 Mega Byte (MB). Elaborate brochures or documentation, detailed art work, or other embellishments are unnecessary and are not desired. Responses to this sources sought synopsis should be forwarded to the attention of Alphonso Barnes, MICC-Fort Leavenworth, please email your response to usarmy.leavenworth.acc-micc.mbx.construction@mail.mil. One copy of the submittal package is due no later than 1:00 PM (Central Time) on Thursday, 1 December 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8a87520489ef06f16ea9722652a211d7)
 
Place of Performance
Address: Mission & Installation Contracting Command, Fort Leavenworth, 535 Kearney Ave., Bldg 338, Fort Leavenworth, Kansas, 66027, United States
Zip Code: 66027
 
Record
SN04328491-W 20161117/161115234723-8a87520489ef06f16ea9722652a211d7 (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.