Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2005 FBO #1346
MODIFICATION

Z -- Exterior/Interior Industrial IDIQ Painting Services Contract

Notice Date
8/1/2005
 
Notice Type
Modification
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-05-R-0016
 
Response Due
8/11/2005
 
Archive Date
8/26/2005
 
Point of Contact
Jon von Kessel, Contract Specialist, Phone (808) 449-5856, Fax (808) 448-0136,
 
E-Mail Address
jon.vonkessel@hickam.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
Exterior/Interior Industrial IDIQ Painting for Hickam AFB, Hawaii. Work for this acquisition will include, but is not limited to, a broad range of painting, including site preparation to completed finished coating of the substrate, including occasional minor repairs to adjacent areas where work is performed, e.g., repair or replace a wooden door, window, or molding. The majority of the work will be at Hickam AFB with occasional work performed elsewhere on the island of Oahu and within the State of Hawaii, as specified by the Contracting Officer. The work is required in support of Base Civil Engineer activities. The contract will include a wide variety of painting tasks as listed in the Unit Price List, which will be further priced with the Contractor’s coefficient. During the contract period, the Base Civil Engineer will identify each specific project and the Base Contracting Office will issue individual delivery orders to the Contractor to complete those projects. The contractor will be required to furnish all plant, labor, materials, equipment, and appliances; and performance of all operations, complete in strict accordance with the specifications, subsequent delivery orders, drawings, and subject to the terms and conditions of the contract, and incidental related work. The Contractor must be a local Hawaii enterprise. The Contractor shall employ, for the purpose of performing that portion of the contract work in Hawaii, individuals who are residents thereof and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract. Multiple contracts may be awarded using Best-Value selection method, which includes Past Performance and Contractor’s Coefficient. The total performance period for the contract will be 12-months for the basic contract period and four 12-month option periods. The total duration of the tract will be 60-months. The total guaranteed minimum amount of $5,000.00 would apply only to the basic contract period. The maximum annual contract amount will be estimated at $900,000.00 for the basic contract period and for each of the four option periods. Geographic restrictions of this requirement, competition will be limited to 8(a) firms certified for participation in the 8(a) Program who are serviced by the Hawaii District Office, but who have a verifiable office and employees located within the geographic area serviced by the Hawaii District Office at the time of this announcement, are also eligible to submit offers. All other firms are deemed ineligible to submit offers. There is no minimum delivery order limitation; the maximum delivery order limitation is a total of $900,000.00 in any year of the contract or an option year. The NAICS Code for this project is 238320. It is anticipated that the solicitation for this project will be issued electronically on or about 6 July 2005 on the Government’s Electronic Posting System (EPS) at www.eps.gov. You must register on that site in order to receive notification of changes to the solicitation. Requests for solicitations by telephone or e-mail will not be honored. NOTE: All prospective Contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have DUNS number from Dunn & Bradstreet. Recommend registering immediately in order to be eligible for timely award. The Pre-Proposal Conference will be scheduled on a date to be determined by the Contracting Officer. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/PAF/15CONS/FA5215-05-R-0016/listing.html)
 
Place of Performance
Address: Hickam AFB and occsionally other installations on the island of Oahu and elsewhere in Hawaii.
Zip Code: 96853-5230
Country: United States
 
Record
SN00859848-F 20050803/050801213043 (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.