SOURCES SOUGHT
Z -- Protective Coating and Floor Covering IDIQ
- Notice Date
- 3/5/2020 7:58:11 AM
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
- ZIP Code
- 29404-5021
- Solicitation Number
- FA441820R0004
- Response Due
- 3/20/2020 12:00:00 PM
- Archive Date
- 04/04/2020
- Point of Contact
- Brandon Rawlings, Phone: 8439635180, Michelle Batts, Phone: 8439634541
- E-Mail Address
-
brandon.rawlings@us.af.mil, michelle.batts@us.af.mil
(brandon.rawlings@us.af.mil, michelle.batts@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. � This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: Floor Covering IDIQ � Joint Base Charleston, SC Solicitation Number: �FA4418-20-R-0004 The 628th Contracting Squadron at Joint Base Charleston , SC will solicit for a combined Floor Covering, Protective Coating, and Miscellaneous Repairs Indefinite Delivery Indefinite Quantity (IDIQ) type contract at Joint Base Charleston, Naval Weapons Station (JB CHS NWS) in Goose Creek, South Carolina, Joint Base Charleston Air Base (JB CHS AB) in North Charleston, South Carolina, �Joint Base Charleston North Auxiliary Airfield (NAAF) near Orangeburg, South Carolina and Joint Base Charleston Short Stay Recreation area in Moncks Corner, South Carolina. Scope of Work for Floor Covering The Contractor shall provide all labor, vehicles, equipment, tool, materials, supervision and other furnished property and services except as specified herein as Government furnished property and services to perform removal and replacement of all floor covering materials for various facilities at Joint Base Charleston. �The contractor shall provide all carpet, vinyl composition tile (VCT), luxury vinyl tile (LVT), rubber flooring, rubber cove base, ceramic/porcelain/quarry tile, grout, grout sealers, floor patch, transition strips, wood base sealers and finishes, fastening hardware and all adhesives, seam sealer, seam sticks, seam tape, tack strips, and any other items used for the installation of each product.� Scope of Work for Protective Coating The Contractor shall provide all labor, vehicles, equipment, tool, materials, supervision and other furnished property and services except as specified herein as Government furnished property and services, to provide protective coating maintenance for various base buildings/facilities at Joint Base Charleston - Air Base, Weapon Station and North Auxiliary Airfield. �The quantities to be accomplished by the Contractor as stated in the bid schedule are estimates only. �Blanket delivery orders will be issued against the indefinite quantity. �Typical painting not included in this contract are: �family housing units, fuel storage tanks and accessories, heating and air conditioning plants, water storage towers and standpipes, streets, parking lots, airfield markings, self-help projects, structures over 45 feet in height and other painting projects identified in the Real Property Maintenance by Contract Program.� Scope of Work for Miscellaneous Repairs The Contractor shall provide all labor, vehicles, equipment, tool, materials, supervision and other furnished property and services except as specified herein as Government furnished property and services, to provide maintenance, repair and/or replacement of building mechanical systems or system components and miscellaneous repairs for various base buildings/facilities at Joint Base Charleston - Air Base, Weapon Station and North Auxiliary Airfield.� SPECIAL REQUIREMENTS/CONCERNS: The government anticipates award of a firm-fixed price indefinite delivery/indefinite quantity (IDIQ) type for construction efforts. �The period of performance will be one base-year followed by four (4) one-year option periods.� The estimated contract value is between $3,000.00 minimum and Not-to-Exceed $8,500,000.00 over a five year period (Base year plus four (4) option years). �Work to be performed will be within the North American Industry Classification System (NAICS) Code 236210, Industrial Building Construction the small business standard of $39.5M.� NOTICE TO OFFEROR(S)/SUPPLIER(S): �FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. �NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. �THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. �IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status/statuses (SB, 8(a), SDVOSB or HUBZone). �8(a), SDVOSB, and HUBZone firms will first be sought by individual group. �If a response from two or more qualified firms is received for any of the three categories, this requirement may be set aside. Should an insufficient number of responses be received in the three categories, the requirement may be issued as unrestricted. Interested 8(a), SDVOSB, and HUBZone concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but no later than 20 March 2020. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. The clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. All interested Prime contractors who intend to submit a bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 3:00P.M. ET on 20 March 2020: AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside you qualify for under the applicable NAICS code (HUBZone, WOSB, or SDVOS). (b) A positive statement of your intention to bid on this contract as a prime contractor. (c) For market research purposes, please provide a statement on whether or not you believe these three requirements (protective coating, floor covering, and miscellaneous repairs) should be solicited as one contract action, as expressed herein, or three separate solicitations.� (d) Evidence of recent (within the last three years) experience in work similar in type and scope to include: 1. Contract numbers� 2. Project titles 3. Dollar amounts 4. Percent and description of work self-performed 5. Points of contacts with current telephone numbers. (e) Evidence of bonding capability of a minimum of $2,000,000. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone and SDVOSB concerns. If adequate interest is not received from HUBZone, or SDVOSB concerns, the solicitation may be issued as unrestricted without further notice. The successful contractor will be selected using Tradeoff �procedures, resulting in the Best Value to the Government. The government reserves the right to award a contract to other than the lowest price. Evaluation factors will be set forth in Sections L & M of the solicitation.� This Sources Sought notice is issued for market research purposes only. This is not a Request for Proposal (RFP). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs. NOTES: (1) The solicitation and statement of work (SOW) will be available on the website on or about 1 June 2016, at the www.beta.sam.gov website. (2) �Hard Copies of the solicitation will NOT be provided. �However, you may download and print the file from the website once it is posted.� (3) �There is no fee for the solicitation. (4) �A registration page is attached to the beta.sam website. �You are not required to register. �However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. �If you have not registered, it will be your responsibility to check the website for any changes to the solicitation.� (5) �Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. �Agencies also shall not consent to subcontract with such contractors. �Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk of expense of the contractor. (6) �In accordance with DFARS 252.209-7993, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. Original Points of Contact: Primary Points of Contact: �Byron J. Faison, Contract Specialist, Phone (843) 963-5167, FAX (843) 963-2829, e-mail: byron.faison@us.af.mil. or Brandon T. Rawlings, Contract Specialist, Phone (843) 963-5180, email:brandon.rawlings@us.af.mil� Alternate Point of Contact: �Captain Michelle N. Batts, Contracting Officer, Phone (843) 963-4541, e-mail: �michelle.batts@us.af.mil. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0c6b152f23c44e14be3e41bdc046944b/view)
- Record
- SN05581476-F 20200307/200305230151 (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 |