Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
SOURCES SOUGHT

Z -- Wood Floor Repair/Replacement./Refinishing

Notice Date
11/18/2005
 
Notice Type
Sources Sought
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
Non-Applicable
 
Response Due
12/5/2005
 
Archive Date
7/30/2006
 
Description
This is a SOURCES SOUGHT SYNOPSIS for planning purposes only. No proposals are being requested or accepted with this synopsis. The US Air Force Academy is seeking unrestricted potential sources. This possible requirement requires the contractor to furnish all personnel, equipment, tools, materials, supervision and other items and services necessary to perform wood floor repair/replacement/refinishing. Items to be refinished may include, but are not limited to, wood floors (military housing, gymnasiums, theatres and dance floors), stairs, stair treads, risers, hand railings, transition strip, thresholds, and bleacher/benches. The materials to be used for replacement will include maple, red oak and parquet as required, with CD grade plywood used for the subfloor. Court striping, logos, and lettering shall also be required. The location of work to be performed would be at the United States Air Force Academy, located in Colorado Springs, Colorado. The North American Industry Classification System (NAICS) Code applicable to this acquisition is 238330 with a small business size standard of $12 million. A contract would be awarded to one vendor as a firm-fixed price requirements contract. The period of performance would include a base year plus four option years. The magnitude of the proposed requirement would be between $1,000,000.00 and $5,000,000 for the life of the contract. Individual task order projects would vary in size, with the majority expected to be less than $220,000. This contract would be awarded as a sealed bid evaluated on a contractor?s price and contractor responsibility with a bid bond requirement. Interested and qualified sources are required to provide the following information no later than 5 December 05 (3:00 PM Mountain Time): (1) Company name, address, and point of contact, telephone number and e-mail address. (2) Type of business, i.e. large business, small business, 8(a), HUBZone, SDVOSB and etc. under the NAICS code 238330. (3) Date of business type certification and Offerors Business Size. (4) Letter from bonding agency providing proof of capability to be bonded (bid, performance, and payment). Letter should indicate that your company shall be capable of securing sufficient bonding of individual task orders and aggregate amount of at least $220,000. (5) Offerors capability to perform a contract of this magnitude and complexity. Provide list of ALL RELEVANT projects (projects of a similar size and scope of the proposed project are considered relevant), either Government or commercial, performed within the last three years with a brief description of the project; contract number, project title, dollar amount, timeliness of performance; customer satisfaction. Include your customers name (vendor), address, telephone number, email address and points of contact with their phone numbers. Indicate if you were the prime or subcontractor, and, 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. All of the above information should be submitted in sufficient detail for a decision to be made on the availability of interested parties. Responses shall be limited to 5 pages. Proprietary information should be marked ?PROPRIETARY INFORMATION?. Failure to submit all information by the submission due date and time will result in a contractor being considered not interested in this requirement. A decision on whether this requirement will be pursued as a set-aside or on an unrestricted basis will be posted as a modification in Federal Business Opportunities. In accordance with DFARS 252.204-7004, contractors must be registered in the Central Contractor Registration (CCR) prior to award. Registration may be accomplished at http://www.ccr.gov, or telephone at 1-888-CCR-2423. Pursuant to Air Force Federal Acquisition Regulation Supplement (AAFARS) paragraph 5301.9102(a) Ms. Tara Petersen (Primary) and Ms. Isabel L. Staples (Alternate) have been appointed as the USAF Academy Ombudsmen. The USAF Ombudsman contact information is as follows: 8110 Industrial Drive, Ste 103, Telephone Number 719-333-2074, FAX 719-333-9018, email tara.petersen@usafa.af.mil. Anticipated solicitation issuance date is on or about January 2006. Interested Offerors shall respond to this Sources Sought Synopsis no later than 5 Dec05 (3:00 PM Mountain Time). Mail, fax or email your responses to Ms. Ann Peternal-Boyle, Contract Specialist, fax - (719) 333-4531, email ? Ann.Peternal-boyle@usafa.af.mil or Ms. Sarah Drzemala, Contracting Officer, fax (719) 333-4705, e-mail ? Sarah.Drzemala@usafa.af.mil, ATTN: 10 MSG/LGCA, 8110 Industrial Drive, Suite 200, USAFA, CO 80840, facsimile: (719)333-6608. This is only a Sources Sought Synopsis and is not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.
 
Place of Performance
Address: US Air Force Academy, 8110 Industrial Drive, USAF Academy, CO
Zip Code: 80840
Country: USA
 
Record
SN00934510-W 20051120/051118212057 (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.