Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOLICITATION NOTICE

Z -- Base Painting IDIQ

Notice Date
3/23/2010
 
Notice Type
Presolicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 496 ABS/LGC - Moron, Moron AB, Unit 6585, Moron AB, Spain, 09643-6585
 
ZIP Code
09643-6585
 
Solicitation Number
FA5575-10-R-0004
 
Archive Date
6/23/2010
 
Point of Contact
Stephen C. Makowsky, Phone: +34 95 584 8334, Elia M. Portz, Phone: +34 95 584-8017
 
E-Mail Address
stephen.makowsky@moron.af.mil, elia.portz@moron.af.mil
(stephen.makowsky@moron.af.mil, elia.portz@moron.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force intends to solicit proposals (FA5575-10-R-0004) for an Indefinite-Delivery Indefinite-Quantity contract for Painting in Morón AB, Spain. The complete solicitation package will be available on the Federal Business Opportunity website for download on or about 16 April 2010. The contract period is 1 base year plus four 1-year options. The performance period proposed for the execution of each delivery order shall be specified on the statement of work corresponding to each delivery order. Contract magnitude for all 5 years is between $1,000,000.00 and $5,000,000 U.S. dollars. The successful contractor will be selected using Lowest Price Technically Acceptable with acceptable Past Performance resulting in the best value to the government. In accordance with the Agreement of Defense and Cooperation between the Kingdom of Spain and the United States of America, any contract resulting from this notice/solicitation can only be entered into with companies authorized to carry out these activities in Spain under Spanish law. Companies must meet the requirements established by Spanish legislation for execution of Government works. In addition, in accordance with the Office of Defense Cooperation Policy Directive 400- 5 "(4) Spanish material, labor, and equipment must be used if permitted by the requirements of the contract specifications." SCOPE OF WORK: The work includes, but is not limited to, the following items: - Removal & reinstallation of cables, accessories & other equipment. - Repair cracked or deteriorated interior concrete & plastered. - Repair cracked or deteriorated exterior concrete & plastered. - Cement mortar removal. - Gypsum plaster removal. - Paint removal. - Move, protect and reinstall furniture to original location. - Cement mortar application. - Gypsum plaster application. - Clean hydrocarbon-impregnated surfaces and equipment with a water-solvent non-ionic alkaline degreaser and rinse with high-pressure hot water. - Clean and disinfect grease- and oil-impregnated surfaces with quaternary ammonium degreaser and rinse with high-pressure hot water. - Clean mildew-covered surfaces by brushing with a fungicide solution and rinsing with tepid water. - Apply fungicide treatment on exterior plaster and concrete surfaces - Paint interior & exterior steel surfaces with 1 epoxy-polyamide primer coat & 2 dual component polyurethane acrylic enamel. - Paint interior & exterior galvanized steel surfaces with 1 wash primer coat & 2 dual component polyurethane acrylic enamel. - Paint interior & exterior painted steel surfaces with 2 dual component polyurethane acrylic enamel. - Paint interior & exterior galvanized painted steel surfaces with 1 wash primer coat & 2 dual component polyurethane acrylic enamel. - Paint interior & exterior wood surfaces with 1 sealant primer coat & 2 synthetic enamel coats. - Paint exterior plaster and concrete surfaces with 1 synthetic primer coat & 2 acrylic texture paint coat. - Paint interior plaster and concrete surfaces with 1 latex/sealer primer coat & 2 latex paint coats. - Paint interior & exterior wood surfaces with 1 sealant primer coat & 2 varnish coats. - Paint interior plaster and concrete surfaces with mildew, with solvent based acrylic resin paint coat and two coats of acrylic copolymer-based latex paint with anti-mold fungicide. - Paint interior plaster and concrete surfaces on work areas with 1 alkyd sealant primer coat and 2 coats of modified alkyd resin based satin-finish synthetic enamel paint. - Paint interior and exterior concrete surfaces subjected to special moisture conditions with 2 coat of chlorinated rubber solvent based paint. - Paint concrete pavement subject to average traffic of light vehicles with 1 coat of dual component epoxy resin, 2 coats of dual component epoxy-acrylic resin mortar and 1 sealant coat of dual component epoxy-acrylic resin paint - Paint painted concrete pavement with 2 coats of dual acrylic-epoxy resin. - Traffic lane removal, clean concrete surface and prepare area for painting. - Paint 17 cm width traffic lane on concrete floor surfaces. - Paint 8 cm width traffic lane on concrete floor surfaces. - Paint 10 cm height lettering on concrete floor surfaces. - Traffic lane removal, clean asphalt surface and prepare area for painting. - Paint 17 cm width traffic lane on asphalt floor surfaces. - Paint 8 cm width traffic lane on asphalt floor surfaces. - Paint traffic marking and sign on asphalt floor surfaces. - Test sample collection for leaded-base paint detection by an authorized laboratory. - Leaded-base paint removal, clean area and waste disposal in an authorized dump, submit plan and disposal certification. - Leaded-base paint encapsulation, submit plan and 20 year warranty certification. - Disassemble gutter joint, prepare joint surfaces, apply new sealant and reassemble gutter joint. - Remove defective and corroded gutter section. Replace with 3 meter long 24 ga galvanized gutter section. - Remove defective and corroded sheet metal flashings. Replace with 3 meter long 24 ga galvanized 360 mm girth, 6 break flashing. - Remove defective downspout and replace with 3 meter long 24 ga x 150 mm dia galvanized downspout. Elbows and straps are to be included. - Clean gutters, downspouts and splashes, readjust and replace deteriorated anchorage - Transport, install and uninstall scaffolding, auxiliary materials and protection equipment. - Provide the adequate auxiliary equipments, scaffolds, platforms and cranes to perform the work in a safe manner in accordance with regulations. - Final cleaning. You are requested to notify the following E-Mail addressee if you intend to download the solicitation that will eventually be posted on this posting service: stephen.makowsky@moron.af.mil or elia.portz@moron.af.mil. It is highly recommended that you register to be notified of any new postings for this solicitation and/or any other postings published by our office. However, failure of the service to notify you of changes cannot be used against the Government in any way, shape or form. Therefore, you should check FedBizOpps/FBO at https://www.fbo.gov, frequently for any new postings that may have been made. As a last resort if you cannot download the solicitation from the internet FBO site, we will provide a CD ROM Disk, however, you must provide a two working day notice (work days are Monday through Friday except Spanish and American holidays) of your request for a CD ROM Disk to the above E-Mail Addressee or to FAX (+34) 95-584-8054. The Government anticipates and reserves the right, to issue all solicitation documents including specifications and drawings in the English language only. A visit to the site of work will be conducted in English; the date and time of which will be announced in the solicitation documents. In order to be awarded a contract by the U.S. Government, the company must be registered in the Central Contractor Registry (CCR); contracts cannot be awarded to unregistered contractors. Registration can be made on line at www.ccr.gov NOTE: You must have a Data Universal Numbering System (DUNS) number and a NATO Commercial and Government Entity (NCAGE) Code to register. To obtain a DUNS Number you can contact Dun and Bradstreet and request one by calling: 902446688. To obtain a NATO CAGE code you must fill out the form found in: http://www.dlis.dla.mil/Forms/Form AC135.asp. Failure to be registered in CCR at the time of award may delay the award and depending on the criticality of the project, may be cause to award to the next qualified best value offeror who is CCR registered. However, do not delay submitting your proposal pending receipt of a DUNS number or CAGE Code. POINTS OF CONTACT: TSgt Stephen C. Makowsky, Contracting Officer, Phone: (+34) 95-584-8334, Fax: (+34) 95-584-8054, email: stephen.makowsky@moron.af.mil Ms. Elia Portz, Contracting Officer, Phone: (+34) 95-584-8017, Fax: (+34) 95-584-8054, email: elia.portz@moron.af.mil Capt Duke Santos, Contracting Officer, Phone: (+34) 95-584-8019, email: duke.santos@moron.af.mil Mailing Address: 496 ABS/LGC, Unit 6585 Morón de la Frontera, Sevilla, Spain Postal Code: 41530
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/496ABSLGC/FA5575-10-R-0004/listing.html)
 
Place of Performance
Address: Morón Air Base, Morón de la Frontera, Sevilla, Non-U.S., 41530, Spain
 
Record
SN02100650-W 20100325/100324000309-d1950f0bace10e211aebcfb4092c7b55 (fbodaily.com)
 
Source
FedBizOpps 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.