SOURCES SOUGHT
Z -- Protective Coating and Pavement Maintenance
- Notice Date
- 1/14/2020 12:02:08 PM
- Notice Type
- Sources Sought
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
- ZIP Code
- 80840-2303
- Solicitation Number
- 2813308004
- Response Due
- 1/21/2020 3:30:00 PM
- Archive Date
- 07/21/2020
- Point of Contact
- David Seyfried, Phone: 719-333-8267, Steven D. Brinker, Phone: 719-333-8161
- E-Mail Address
-
david.seyfried.2@us.af.mil, steven.brinker.1@us.af.mil
(david.seyfried.2@us.af.mil, steven.brinker.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This announcement serves as a sources sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming construction, indefinite-delivery indefinite-quantity (IDIQ) acquisition at the United States Air Force Academy (USAFA), CO. This sources sought is issued solely for information and planning purposes and does NOT constitute a solicitation.� For the purpose of this acquisition, the anticipated North American Industry Classification System Code (NAICS) is 238320, Painting and Wall Covering Contractors, the size standard is $14 Million, and NAICS 237310 , Highway, Street, and Bridge Construction, and the size standard is $33.5 Million.� The magnitude of construction is between $1,000,000 and $5,000,000.� �� The purpose of this notice is to identify companies capable and qualified to provide a complete finished functional project to include all labor, materials, transportation, equipment and supervision meeting U.S. Air Force Academy (USAFA) specifications for the following construction projects: Protective Coating Maintenance: Work shall consist of work orders that include information such as number of coats, colors, special requirements, and other pertinent information. The contractor shall be responsible for establishing and maintaining a computer database of work orders, and provide the government information on the status of any work orders upon request. The data base shall contain the following information: Work order number, date of receipt, facility number, requestor, brief description of work, price list items w/quantity, priority classification, date of completion, and status or approximate completion date. Pavement Markings: �Work shall consist of furnishing and applying pavement markings (roads and parking lots) in accordance with specifications, the latest revision of the Manual on Uniform Traffic Control Devices published by the Federal Highway Administration, and Colorado State Specifications. General Description: Provide protective coatings maintenance for base facilities Provide pavement services at various locations for base pavement Work shall be performed in occupied buildings, the contractor shall perform this work in a manner which will minimized disruption to normal Air Force Academy operations. All work shall be accomplished in accordance with requirements contained in the Drawings and Specifications to be issued in a possible future solicitation.� All businesses capable of performing this project are invited to respond.� Interested small business concerns must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran owned status, if applicable.� A firm fixed price construction contract is anticipated to be awarded to one contractor.� All potential offerors are reminded, in accordance with FAR 52.204-7, System for Award Management (SAM), lack of registration in SAM will make an offeror ineligible for contract award.� Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.sam.gov/portal.� Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary.� The Government will not pay for any information submitted in response to this sources sought synopsis. Proprietary information should be marked �PROPRIETARY INFORMATION.�� Responses should be limited to ten (10) pages.��� Interested businesses shall provide the following information: Company name, mailing address, point of contact, telephone number, email address, company cage code and DUNS number. � Business size status, e.g., 8(a), HUBZone, Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc. � Statement of capability to be bonded (both performance and payment bonds).� The statement should indicate your company�s single and aggregate bonding capability. � Contractor�s capability to perform a contract of this magnitude and complexity.� Provide a list of no more than 5 projects of a similar size and scope of the proposed project, either Government or commercial, performed within the last three years with a brief description of the project (contract number, project title, dollar amount, period of performance, customer satisfaction.)� Include your customer�s name, address, telephone number, email address and points of contact with their phone numbers.� Indicate if you were the prime or subcontractor.� If you were a subcontractor, provide the name and point of contact for the prime contractor.� Include percentage of self-performed work, how the work was accomplished, and the performance rating for the work.� � Any other appropriate written information and/or data supporting your capability to complete a project of this type. Feedback on the following questions: Are there specific accreditations, licensures, permits, or state requirements for BUSINESSES performing this type of work? Are there specific accreditations, licensures, permits, or state requirements for INDIVIDUALS performing this type of work? Are manufacturer or installer certifications typical for this type of work? What other industry standards exist for this type of work? What is the typical labor mix for this type of work? Does your firm typically provide bid guarantees with the submission of proposal? Is providing a bid guarantee a hindrance for submission of proposal or otherwise an unreasonable requirement. If yes, please explain.� ����� If your firm is capable and qualified, send the required response in writing to the primary point of contact (POC) indicated within this announcement.� Responses are due no later than 21 January 2020, 4:30 p.m. Mountain Time by e-mail.� Questions and responses should be addressed to the primary contact, David Seyfried, Contract Specialist, 719-333-8267 or david.seyfried.2@us.af.mil, or the alternate point of contact, Steven Brinker, Contracting Officer, 719-333-8161 or steven.brinker.1@us.af.mil. Pursuant to Air Force Federal Acquisition Regulation Supplement (AFFARS) 5301.9102(c), Mr. James Anderson has been appointed as the USAF Academy Ombudsmen.� The USAF Ombudsman contact information is as follows: � 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone Number: 719-333-2074 FAX: 719-333-9018 Email: james.anderson.72@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2963dbe5f74846a1bb88000a42aa334a/view)
- Place of Performance
- Address: USAF Academy, CO 80840, USA
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN05534737-F 20200116/200114230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |