Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
SOURCES SOUGHT

Z -- RANDOLPH AFB PAINTING IDIQ

Notice Date
2/7/2011
 
Notice Type
Sources Sought
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
FA3089-11-R-0010
 
Archive Date
3/8/2011
 
Point of Contact
Radames Gandia, Fax: 210-652-7486, Jon L Sanders, Fax: 210-652-7486
 
E-Mail Address
radames.gandia@US.af.mil, jon.sanders@randolph.af.mil
(radames.gandia@US.af.mil, jon.sanders@randolph.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals for a PAINTING IDIQ CONTRACT. The 902d Contracting Squadron, Randolph AFB TX intends to procure a SINGLE AWARD INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) FOR INTERIOR AND EXTERIOR PAINTING OF BUILDINGS TO INCLUDE LEAD BASE PAINT ABATEMENT AND EPOXY FLOOR COATING. This notice does not obligate the Government to award a contract or multiple contracts nor does it obligate the Government to pay for any bid/proposal preparation costs as technical or past experience or cost proposals are not being requested at this time. The Air Force is seeking small business sources in the following categories: 8(a), HubZone Small Business, Service Disabled Veteran Owned Small Business, Woman Owned Small Business, or Small Business concerns. Description of work for specific projects will be identified in each individual task order. The performance area is Randolph AFB TX Seguin Auxiliary Air Field, Canyon Lake Recreation Area and other government leaseback facilities at these locations. There may be requirements from other Joint-Base Facilities located in San Antonio TX (Fort Sam Houston and Lackland AFB). The duration of the contract shall be for a period of five years with a contract project cap of $20,000,000 for the life of the contract. The anticipated minimum amount of each resultant task order is estimated to be $10,000.00 with an individual delivery order high average of $1,500,000.00 and concurrent delivery order high average of $3,000,000.00. Prime contractor must be capable of securing bonding accordingly. The North American Industry Classification System (NAICS) is 238320 and the size standard is $14,000,000. Request interested firms to respond to this notice and provide the following in the format below (use N/A if not applicable): (a) Firm's information (Name, address, phone number, CAGE Code, and DUNS Number). (b) Small Business Size Status (e.g. 8(a) to include graduation date, SBA HUBZone Small Business, Service-Disabled Veteran Owned Small Business, Woman Owned small business, Small Business) NOTE: Vendors must provide proof of business size representation through the Central Contract Registration (CCR) found at http://www.ccr.gov/ and Online Representations and Certifications Application (ORCA) found at https://orca.bpn.gov/. (c) Capability Statement: Interested contractor are asked to demonstrate a history of relevant Painting experience, including, experience with IDIQ type contracts and simultaneous performance of multiple projects at different locations. Include a summary of relevant and recent projects within the last three years. Your experience history should include the following: contract/project number, project title, dollar amount; point(s) of contact with telephone /fax numbers and/or e-mail and in what capacity (e.g. prime or subcontractor) performed. (d) Bonding Capability on individual project and aggregate requirements. (e) Percent of work firm can commit to accomplish painting tasks with in-house (no-subcontractor) labor. (f) The minimum and maximum dollar value project on which your firm would routinely consider submitting a proposal? (g) For this type of work, what are your actual percentages and dollars in subcontracting to small business and all sub-categories (small disadvantaged business, woman owned small business, HUB zone small business, service disabled veteran owned small business, and HBCU/MI)? (h) Would you participate in this acquisition with other firms as team members or joint ventures? What other teaming opportunities do you see for this acquisition? The Government reserves the right to set this acquisition aside for 8(a), HubZone Small Business, Service Disabled Veteran Owned Small Business, Women Owned Small Business, or Small Business, based market research and on the responses it receives. The Government anticipates a negotiated procurement utilizing Best Value Source Selection Method with evaluation factors of price and past performance. The Government intends to issue a solicitation package in the form of a Request for Proposal (RFP) which will be made available for downloading from the Internet on the Federal Business Opportunities (Fed Biz Opps Web-Site) address www.eps.gov on/about 15 MAY 2011. **THIS IS A SOURCES SOUGHT NOTICE ONLY. This sources sought notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award.** ALL INTERESTED CONTRACTORS ARE ASKED TO SEND RESPONSES (LIMITED TO 5 PAGES USING THE ABOVE FORMAT) VIA EMAIL TO MR. JON SANDERS; JON.SANDERS.2@US.AF.MIL AND RADAMES.GANDIA@US.AF.MIL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/FA3089-11-R-0010/listing.html)
 
Place of Performance
Address: Randolph Airforce Base; JBSA, Randolph AFB, Texas, 78150-4525, United States
Zip Code: 78150-4525
 
Record
SN02374422-W 20110209/110207234207-1acfa85d84dd6c4ba225aac0dc7479a3 (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.