Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 11, 2024 SAM #8080
SOURCES SOUGHT

Z -- Z--SOURCES SOUGHT- PAINT BEST HOUSE WOOD SIDING

Notice Date
1/9/2024 8:53:55 AM
 
Notice Type
Sources Sought
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
NCR REGIONAL CONTRACTING(30000) WASHINGTON DC 20242 USA
 
ZIP Code
20242
 
Solicitation Number
140P3024Q0016
 
Response Due
1/23/2024 1:00:00 PM
 
Archive Date
03/04/2024
 
Point of Contact
Ohlsson, Torben, Phone: 2025788722
 
E-Mail Address
torben_ohlsson@nps.gov
(torben_ohlsson@nps.gov)
 
Description
SOURCES SOUGHT NOTICE Monocacy National Battlefield (MONO) Best House Wood Exterior Painting This Sources Sought Notice is being issued by the National Park Service, US Department of Interior, National Contracts Region, Washington D.C. as a Request for Information (RFI). This is NOT a Solicitation, Request for Proposal (RFP), Request for Quotation (RFQ); or Invitation for Bids IFB. This Sources Sought Notice is being used as a market survey to identify potential vendors and interested parties in industry regarding a potential future acquisition in accordance with the Market Research requirements found in FAR PART 10. In accordance with FAR 15.201(e), responses to this RFI are not considered offers by the government. Any information received in response to this Sources Sought Notice does not constitute, commit, or require the government to issue a future solicitation. No funds have been appropriated, authorized, or received for this effort. Requests for a solicitation will not receive a response. GENERAL REQUIREMENT: The Department of Interior (DOI), National Park Service (NPS), National Capitol Region (NCA) Region 1, is seeking sources/contractors for a potential requirement to remove current paint on exterior surfaces, and prepare and paint the exterior wood of the historic Best House, located Monocacy National Battlefield (MONO), in Frederick, MD. MAGNITUDE OF CONSTRUCTION: IAW FAR 36.204 Disclosure of the magnitude of construction projects, the estimated value of this project is between $25,000 and $100,000.00. NAICS CODE: 238320 - Painting and Wall Covering Contractors. PERIOD OF PERFORMANCE: 120 Calendar Days after Notice to Proceed. COMMENCEMENT OF WORK/ PEFORMANCE DATES: Due to technical requirements and specifications of work and materials, as well as park wide requirements to limit impacts on visitation by the public, work performed on contract shall only commence by May 1, 2024 and end by contract completion date on October 31, 2024. PLACE OF PERFROMANCE: All work is to be completed at the Best House located in Monocacy National Battlefield (MONO) at 5106 Urbana Pike, Frederick, MD 21704. REQUIRED SUPPLIES AND SERVICES: The Contractor shall provide all labor, tools, materials/supplies, equipment, transportation, supervision, specialized and/or professional ancillary services, licensees, certificates, permits and any other items incidental and necessary required to provide lead abatement, paint preparation (scaffolding etc.), priming and painting exterior elements, as specified in the SOW on the Best House at Monocacy National Battlefield in Frederick, Maryland. SCOPE OF WORK: The contractor�s responsibilities and deliverables shall include but not be limited to providing: Removing of all existing exterior paint from painted historic wood siding down to wood substrate ~1716 sq. ft (see description/approximates). This wood is historic and has lead present therefore EPA lead safe precautions and techniques will need to be taken. Approved paint removing techniques will be in the product requirement sections for removing paint. The exterior wood surfaces include but are not limited to, siding, trim, fascia, soffits, rake boards, and historic door assemblies (door, frame, casing, jamb, etc.). Any window components are not included into this contract. Contractor shall only perform described work to these surfaces, contractor shall not paint; non-wooden elements or finishes unless specified in the SOW or approved by the COR. Following the The Secretary of the Interior's Standards for the Treatment of Historic Properties - Technical Preservation Services (U.S. National Park Service) (nps.gov), repair/replace around 100 linear feet of wood siding. The siding needs to be white or yellow pine German Siding (in reference material) either 5� or 8� depending on where it is on the building. After the paint is removed NPS will advise on where to make the repair/replacement. Please consider that it could be one hundred, one linear foot sections at many different areas on the elevations, please bid accordingly. Paint stripping of wood siding, the wood needs to be able to accept a proper application of linseed oil primer or paint according to manufactures recommendations. This will require washing the wood with a linseed oil soap to remove mold and other containments off the wood after the paint is removed. Prepare for painting operations by protecting other surfaces not getting primed or painted (tape, tarp etc.). Apply one (1) coat of primer (in product requirements) to all paint removed wood on the Best House (~1716 sq ft.) according to manufacturer�s recommendations. Apply three (3) paint coats of paint (in product requirements) to all paint removed wood of the Best House (~1716 sq ft.) according to manufacturer�s recommendations. There should not be any noticeable visual differences between wood elements which could include finish, sheen, color, texture etc. Thoroughly examine surfaces to be primed and painted, and report in writing to the COR any conditions that may adversely affect proper application, adhesion, or appearance of paint prior to starting work. Protect all surfaces not to be painted by using drop cloths, covers, shields and other protective equipment. Place cotton waste, cloths, and material, which may constitute a fire hazard in closed metal containers and remove daily from site. Remove dust, dirt, loose paint, oil, grease, scale, powdery residue, and other contaminants and foreign matter from surfaces to be painted in accordance with manufacture�s recommendations. Mix paint by mechanical means except that hand mixing will be permitted for up to 1-gallon containers or when given written approval by the COR. Use paint directly from original containers without any additions or thinning. Paint shall not be applied by sprayer due to the nature of the paint and because of overspray on adjacent surfaces. Paint may be applied by roller, however. The wet paint surface shall be brushed over to ensure proper historic texture and finish. Spread material evenly and smoothly without runs, sags, drips, or spatters. Fill all corners, cracks, and crevices. Allow each coat to thoroughly dry in accordance with the manufactures recommendations before commencing the next coat. The site does not have water or electricity, the government will be able to provide water, but it will need to be transported using contractor provided transportation methods. Gas powered generator are allowed to be used during the normal working hours. Use outside of normal working hours will need to be approved by the COR. Remove, repaint, or refinish items not satisfactorily matching or blending with the wood elements that are painted Leave all adjacent surfaces clean and free from any paint, stain, smears, spattering or smudges. Follow all mixing percentages and procedures delineated in this contract and/or by manufacturer. � Verify with manufacturer that the paint materials that are specified are appropriate for the surfaces and conditions to be painted under this contract. Store products in an approved ventilated dry area. Protect from contact with soil and from exposure to the elements. Be aware of fire hazard risks with linseed oil painted. Keep products dry at all times. Contractor shall color match paint chips and provide samples for initial selection for the barn prior to purchasing paint products and commencement of painting activities. A lead report of the building will be provided, contractor will need to provide lead samples of pre and post work. These samples include the area where the paint is being removed (wood siding) and the soils around the job site. A mock-up of what �paint removal� means will need to be performed by contractor prior to the paint being removed. In general, there should be no visible paint on the substrate which includes the face surfaces, cracks, crevices etc. This mock-up will be the standard of what the government is expecting at the end of the paint removal. All painting operations shall be conducted in accordance with all local, state, and national fire and safety codes, laws, rules, regulations, OSHA, NPS, MUTCD and ANSI safety requirements. All contractor employees shall wear OSHA, MUTCD and ANSI required personal protective equipment (PPE). All interested vendors and business contractors are encouraged to submit response of positive intent to the Contract Specialist a potential procurement by responding using the format described below. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. (1) Corporate Information Identification (1 page maximum) Company name and company address Point of contact, phone, and email address. The firm�s business type and size for NAICS Code 238320 8(a) Small Business Concern, HubZone Small Business Concern, Veteran Owned Small Business Concern (VOSB) Service-Disabled Veteran Owned Small Business Concern (SDVOB) or a Women Owned Small Business Concern (WOSB). Confirm Registration in System for Award Management (Provide Unique Entity ID UEI) (2) Capabilities Statement (1 page maximum): Provide a brief description of projects complete or substantially complete within the last five years that clearly demonstrate your ability to fulfill the Government�s requirements as identified above. With each project experience provided, include the date when the project was completed or will be complete, location of the project, contract amount and size of the project, type of construction, and a description of how the experience relates to the proposed procurement. (3) Provide Documentation Verifying Small Business Certification (3 page maximum): If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. If claiming SDVOSB status, provide documentation that shows the Service Disabled Veteran Owned Small Business (SDVOSB) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS Code 238320. If claiming VOSB status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, makes long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS Code 238320. If claiming Small Business status, provide documentation to show the business is small under NAICS Code 238320. (4) Provide Statement for Positive Intent of Potential Proposal/Quote Submission (1 page maximum). Interested parties need to be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at https://www.sam.gov. Responses must contain sufficient detail for the Government to make an informed decision regarding your capabilities as part of the survey of current market conditions. Failure to submit sufficient detailed information may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement or procurement method as deemed appropriate for this requirement. The submission of any information from any interested parties in response to this market survey is purely voluntary and the U.S. Government will not provide reimbursement for any information that may be submitted in response to this notice. Responses to this market survey do not affect a interested party or potential offerors ability to respond to any future sources sought notice/request for information or synopsis/solicitation based on the Governments market research. Respondents are solely responsible for all expenses associated with responding to this notice and no basis for claim against the Government shall arise as a result from a response to this notice. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research if a future follow-on solicitation is developed and released. This notice in no way obligates the Government to any further action based on the information received in response to this notice, and any future action, competition or set-aside decisions based on the information received in response is to this market survey is at the Governments discretion. After review of the information received, a determination will be made by the Government to on how to proceed with the acquisition and potential solicitation, as well as a set-aside is within the sole discretion of the Government and Contracting Officer. Interested Companies may respond to this Sources Sought Notice via e-mail to: Torben Ohlsson at Torben Ohlsson@nps.gov no later than 04:00 p.m. EST on 23 January 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b60681b96e94472cb455b51ad25c0ecd/view)
 
Record
SN06931334-F 20240111/240109230045 (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 |
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.