Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2005 FBO #1208
SOLICITATION NOTICE

Z -- Maintain POL Piping and Pump House

Notice Date
3/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-05-R0003
 
Response Due
3/23/2005
 
Archive Date
4/7/2005
 
Description
Work consists of providing all labor, supplies, materials, supervision, transportation, equipment, and all else necessary to complete Maintain POL Piping and Pump House, Seymour Johnson AFB, NC. The work involved includes, but is not limited to: (a) Remove all paint and rust from fuel piping, tanks, valves, and pumps at 3401 pump house, nearby waste water tanks, nearby JP8 plus 100 tanks, and tanks, valves, and piping at 10101 load/offload area. (b) Prime, repaint, and stencil all piping, tanks, valves, and pumps with appropriate markings. Replace all decals and identification. (c) Remove all paint from exterior surfaces of Bldg 3401, this includes, but is not limited to exterior walls, concrete floor, columns, conduit, light fixtures, and exterior doors and trim. (d) Prime and repaint all exterior surfaces of Bldg 3401. Walls, columns, conduit, and fixtures shall be coated in beige latex. All work shall be in strict compliance with the specifications and drawings. A firm-fixed price contract award is contemplated and the period of performance is 90 calendar days. This action is being considered for 100 percent set-aside for HUBZone or Service Disabled Veteran Owned small business concerns. Interested HUBZone and Service Disabled Veteran Owned small business concerns should indicate interest to the Contracting Officer, in writing, as early as possible but not later than 5 calendar days after the date of this notice. As a minimum the following information is required: (a) a positive statement of your intention to bid on this contract as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts and telephone numbers; (c) evidence of bonding capability to the maximum magnitude of the project to include both single and aggregate totals, if applicable. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested and qualified HUBZone and/or Service Disabled Veteran Owned small business concerns. Failure to submit all information requested will result in a contractor not being considered as an interested and qualified HUBZone and/or Service Disabled Veteran Owned small business concern. A decision on whether this requirement will be pursued as a HUBZone small business set-aside, Service Disabled Veteran Owned small business set-aside or on an unrestricted basis will be posted on EPS within 2 calendar days after the 5 calendar days have expired. The project magnitude is estimated between $100,000.00 and $250,000.00. The applicable North American Industry Classification System (NAICS) code is 238320 with a small business size standard of $12,000,000.00. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. Past performance is significantly more important than price. It is anticipated the solicitation will be issued electronically on or about 12 Apr 05 on the Federal Business Opportunities web page at http://www.eps.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or .exe.), MaxView/SourceView.exe, Audocad. More information concerning these viewers can be found on the EPS website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective January 1, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to www.bpn.gov to add/update its ORCA record. Primary POC is SrA Angie Stubblefield at (919) 722-5421; email: angie.stubblefield@seymourjohnson.af.mil.
 
Place of Performance
Address: Seymour Johnson AFB, NC
Zip Code: 27531
Country: USA
 
Record
SN00769878-W 20050318/050316211853 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.