Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 28, 2018 FBO #6183
SOURCES SOUGHT

Z -- Painting IDIQ Requirements - Draft SOW Painting IDIQ Requirement

Notice Date
10/26/2018
 
Notice Type
Sources Sought
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-19-R-0003
 
Archive Date
11/17/2018
 
Point of Contact
Mallory E. O'Malley, Phone: 907-552-5480, Cassandra G Woodard, Phone: 907-552-0400
 
E-Mail Address
mallory.omalley.2@us.af.mil, cassandra.woodard@us.af.mil
(mallory.omalley.2@us.af.mil, cassandra.woodard@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Sources Sought For Market Research - Painting IDIQ Requirements Sources Sought Painting IDIQ Requirements Sources Sought/ Market Research Painting IDIQ Requirements 673d CONS-LGCA Joint Base Elmendorf-Richardson (JBER), AK THIS IS A SOURCES SOUGHT NOTICE ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION AT THIS TIME. 1. The 673d Contracting Squadron, is conducting market research to determine the interest, capabilities and qualifications of any/ all potential business sources for a Painting IDIQ Requirements. This is for planning purposes only to assist and determine availability and adequacy of potential sources. The proposed (NAICS) code for the proposed acquisition is 238320- Painting and Wall Covering Contractors, with a business size $15M. 2. This Sources Sought is for informational purposes only. This is not a solicitation announcement, nor Request for Quotation (RFQ) or a Request for Proposal (RFP) and does not guarantee a future award. No solicitation is currently available. This request does not obligate the Government in any contract award. The Government will not pay for the provision of any information, nor will the Government compensate any respondents for the development of such information. Do not submit proposals, cost proposals or cost information. Response to this notice is strictly voluntary and will not affect any firm's ability to submit a proposal if and when a solicitation is issued. No feed-back or evaluation will be provided to interested parties regarding their response. The Government reserves the right to contact respondents regarding their submission to this Sources Sought. The information gathered will be used by the Government to make appropriate acquisition decisions. SCOPE OF THE PROPOSED ACQUISITION 3. The scope of this project includes, but is not limited to, provide all materials, equipment, tools, labor, etc., required for Exterior painting of new, previously painted and other designated surfaces including all associated work. Painting also includes previously painted mechanical or electrical equipment, ramps, docks, and other attached unnumbered structures, Abatement of lead based paint by various methods including paint removal, encapsulation, enclosure, demolition and removal of a lead based painted item, Replacement of damaged, rotted or deteriorated wood surfaces, Replacement of damaged or deteriorated concrete, masonry, metal and wood siding, screen fabric, and exterior insulation and finish system, Replacement of deteriorated metal gutters, downspouts, flashing, metal and wood trim, Repair of cracks and holes in existing concrete, concrete masonry, plaster and gypsum wallboard, Prepare surfaces to be painted by washing, sanding, scraping, blasting, caulking and sealing, etc. The end result of this project will be a safe and complete finish system, which will provide a protected exterior building surface, which is aesthetically appealing. Also includes, but is not limited to, provide all materials, equipment, tools, labor, etc., required to handling and control of asbestos containing materials and describes some of the resultant procedures and equipment required to protect workers, the environment and occupants of the building or area, or both, from contact with airborne asbestos fibers. The work also includes the disposal of any asbestos containing materials generated by the work. More specific operational procedures shall be outlined in the Asbestos Hazard Abatement Plan called for elsewhere in this specification. The asbestos work may include the demolition and removal of ACM in schools, which is governed by 40 CFR 763. Under normal conditions non-friable or chemically bound materials containing asbestos would not be considered hazardous; however, this material may release airborne asbestos fibers during demolition and removal and therefore must be handled in accordance with the removal and disposal procedures as specified herein. Provide negative pressure enclosure techniques as outlined in this specification. An asbestos survey will normally be supplied by the Government for each Delivery Order. The Contractor is STRONGLY advised to visit the project site. In some cases the Contractor may be required to perform the asbestos survey and then submit the results to the Government. This project also includes Construction activities impacting Paint with Lead (PWL) or other material containing lead are covered by this specification, these include but are not limited to the demolition and/or removal of material containing lead. The work covered by this section includes the handling of any and all lead, lead dust and lead-containing materials encountered during the preparation of facilities for exterior painting. The work also includes the transport and disposal of all removed lead and lead-containing materials. The Contractor shall provide on-site monitoring, inspection, and supervision during the project to ensure proper and safe removal of lead-containing materials in accordance with EPA, Occupational Safety and Health Administration (OSHA), State of Alaska, and USAF requirements. The contract requires the service of Competent Persons working under the direct supervision of a Project Professional and on-site or laboratory analysis of lead air and bulk samples by an analyst(s) employed by an independent laboratory participating in programs identified in this specification. All sample preparation, collection, handling, documentation, and analysis shall be accomplished by the independent laboratory. The Contractor must provide all necessary labor, equipment, and personal protective equipment (PPE) necessary to perform the work. The Contractor is strongly advised to visit the project site to determine the location and condition of all lead materials identified on the plans and/or specifications. This may not include removal of all lead-containing materials in the building. Manage lead-based paint IAW with TSCA; manage all other sources of lead waste IAW Resource Conservation and Recovery Act (RCRA) and Oplan 19-3. INTERESTED SOURCES MUST PROVIDE THE FOLLOWING INFORMATION: 4. Work to be performed will be within the North American Industry Classification System (NAICS) codes: 238320 Paintings and Wall Covering Contractors, $15M. 5. The government encourages all business types to respond to this Sources Sought. 6. We request that all interested and qualified firms respond to this sources sought notice with a capability statement which may include the following information: a. Company Information (e.g. name, business address, point of contact, telephone number, e-mail address). Also include DUNS Number or CAGE Code. b. Bonding: provide your bonding capacity per contract and aggregate dollar amount. c. A statement of your current business size status in relation to the NAICS code size standard assigned to this acquisition. d. Describe your firm's prior experience working with hazardous materials, abatement, and disposal as it relates to the work of painting and painting preparations. e. Identify whether your firm has the capability to meet the Government's requirement. Indicate whether you have any current partnering/teaming arrangements with other firms. f. Identify number of years of experience and describe your firm's prior experience on projects of a similar size and scope to the requirement described above, especially those performed in subarctic or other extreme cold weather environments. Please limit your response to recent (within 3 years) and relevant projects and include the following information: (1) Contract number, customer or firm name, or other identifying details of the project (2) Points of contact for the project including names, telephone numbers, and email addresses (3) City, State (if applicable), and country of performance (4) Type of contract vehicle and Contract Line Item Number (CLIN) structure (if applicable) (5) A brief description of your support of the project (6) Percentage of work as Prime Contractor g. Please provide any feedback your firm might have regarding major risk areas and avenues for mitigation on requirements of this type. 7. This Sources Sought is an advance notice for information and acquisition strategy planning purposes only and is not a solicitation. In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be registered in the System for Award Management. The SAM website is https://www.sam.gov. This Sources Sought synopsis notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation is currently available. Any future solicitation package will be made available on the Federal Business Opportunities (FBO) website https://www.fbo.gov. Interested parties are solely responsible for monitoring the FBO website for the release of a solicitation package and/or any updates/amendments. 8. Interested parties are invited to submit a response to this sources sought by 3:00 PM Alaska Standard Time (AKST) on November 2, 2018. Please submit all documentation by email in PDF format and state in the subject line "Sources Sought Response for Painting IDIQ Requirements, JBER". Responses received after this date and time may not be reviewed. All responses must be emailed to the following individuals: (a) mallory.omalley.2@us.af.mil (b) cassandra.woodard@us.af.mil 9. Should you have any questions or concerns regarding this notice, please email the individuals listed above. Contracting Office Address: 10480 Sijan Ave Elmendorf AFB, Alaska 99506-2500 United States Place of Performance JBER, AK Primary Point of Contact: Mallory O'Malley Contract Specialist mallory.omalley.2@us.af.mil Phone: 907-552-5480 Fax: 907-552-7497 Secondary Point of Contact Cassandra Woodard Contract Specialist cassandra.woodard@us.af.mil Phone: 907-552-0400 Fax: 907-552-7497
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-19-R-0003/listing.html)
 
Place of Performance
Address: Joint Base Elmendorf-Richardson (JBER), Anchorage, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN05135872-W 20181028/181026230502-12f9a8a0e7b64221471502f959954fc6 (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.