Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
SOLICITATION NOTICE

38 -- PAINTING IDIQ-LACKLAND AFB, TX

Notice Date
4/13/2010
 
Notice Type
Presolicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-10-R-0011
 
Point of Contact
KIMBERLY MATA, Phone: (210) 671-5144, JACKIE L. MURRAY, Phone: 2106711728
 
E-Mail Address
kimberly.mata@us.af.mil, jackie.murray@us.af.mil
(kimberly.mata@us.af.mil, jackie.murray@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Work consists of providing all labor, transportation, equipment, materials, and tools necessary to plan, manage, and complete interior and exterior Painting work at Lackland AFB, TX. This will be an SBA 8(a) competitive, firm-fixed price (FFP), indefinite-delivery, indefinite quantity (IDIQ), single contract award (acquisition). Contractor shall be responsible to perform various painting work at Lackland AFB, Lackland Training Annex, Kelly Field Annex, Wilford Hall Medical Center, and Air Base Ground Defense at Camp Bullis, San Antonio, TX. The work involved includes but is not limited to Repair/Replacement: Replacement of damaged, rotted or deteriorated wood trim and framing. Repair structural cracks larger than 1/16th inch in width in stucco, masonry or concrete. Replacement of broken and missing glass. Replacement of deteriorated or missing metal gutter, downspouts, corner guards and miscellaneous items. Repair of cracks and holes in existing stucco, plaster and gypsum wallboard. Paint: Interior and exterior painting of all previously painted, newly repaired and other designated surfaces, and all work incidental thereto. Exterior painting also includes previously painted mechanical or electrical equipment, ramps, docks, and other attached unnumbered structures. Lead Abatement: Testing, removal, and disposal of existing lead-contaminated paint. Mold Remediation: Remove or clean material in a way that prevents the emission of fungi and dust contaminated with fungi from leaving a work area while protecting the health of the workers performing the remediation. During the contract period of performance, the Base Civil Engineer may identify painting requirements and the Base Contracting Office will issue individual task orders to the Contractor to complete the tasking. Period of Performance and Magnitude: The magnitude for this requirement is between $1,000,000.00 and $10,000,000.00. The period of performance is one (1) base year (365 calendar days), with four (4) option year periods consisting of one (1) year each. The contract total ceiling is not to exceed $10,000,000.00. The guaranteed minimum is $5,000.00 for the life of the contract. The minimum amount per task order is $1,000.00; the maximum amount per task order is $1,000,000.00. GEOGRAPHICAL RESTRICTION: For this procurement, it has been determined that competition will be limited to 8(a) firms located within the geographical area serviced by the SBA San Antonio District Office, and other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned North American Industry Classification System (NAICS) code. The applicable North American Industry Classification System (NAICS) code for this acquisition is 238320 (Painting Contractors) with a small business size standard of $14,000,000.00. The selected contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government after determining acceptability of offers. Past performance is significantly more important than price. Past performance must be both recent and relevant. It is anticipated the solicitation will be issued electronically on or about 14 May 2010 on the Federal Business Opportunities (FBO) web site at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is the interested parties responsibility 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.), and / or AutoCAD. More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) database 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 01 Jan, 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 http://www.bpn.gov/ to add/update its ORCA record. Evidence of bonding capability must be submitted with the offeror's proposal in response to the solicitation. Primary POC is Ms. Kimberly Mata, Contract Specialist at (210) 671-5144; email; kimberly.mata@us.af.mil or Mr. Jack Murray, Contracting Officer at (210) 671-1728; email: Jackie.murray@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-10-R-0011/listing.html)
 
Place of Performance
Address: Lackland AFB, Lackland Training Annex, Kelly Field Annex, Wilford Hall Medical Center, and Air Base Ground Defense at Camp Bullis, San Antonio, TX., LACKLAND AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02120753-W 20100415/100413235308-b95c6a96611636baa63626a093da9b2d (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.