Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2012 FBO #3779
DOCUMENT

Z -- Indefinite Quantity Construction Contract for Painting and Vinyl Coated Wall Coverings for Federal Activities in the Hampton Roads, VA Region. - Attachment

Notice Date
3/28/2012
 
Notice Type
Attachment
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008511R0038
 
Response Due
4/11/2012
 
Archive Date
4/26/2012
 
Point of Contact
Lindsay Naill
 
E-Mail Address
y.naill@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for Painting and Vinyl Coated Wall Coverings for Federal Activities in the Hampton Roads, VA Region. Description of proposed Work: The scope of work will range from minor interior painting projects of one to two rooms up to full building interior and exterior painting projects of large existing buildings, including extensive preparation, sanding, scraping, filling, patching, lead paint abatement, sealants, and other related work. Phased work will be required in and around occupied spaces including facilities with ongoing operations of a critical nature. Contractor will be required to consult with Activities and Facility Managers to develop phasing plans to execute projects in occupied facilities. Task Orders may be issued for projects of any size, scope or complexity. The following is a list of typical large projects that may be required under this contract. a.Interior Office, Administrative, Residential or similar facility intended for human occupancy, in heated and air conditioned space of up to 35,000 square feet of painted surface area, including walls, doors, window frames, interior trim, and/or ceilings. b.Interior Industrial, Warehouse, Hangar or similar high bay structure of up to 35,000 square feet of painted surface area, including walls, doors, window frames, interior trim, floors, ceilings, exposed structural elements, and/or exposed mechanical equipment, ductwork and piping, requiring use of scaffolding, personnel lifts, or other means of accessing high bay areas other than the use of ladders alone. c.Exterior Office, Administrative, Residential or similar facility of up to 35,000 square feet of painted surface area, including walls, doors, window frames, trim, soffits, overhangs, exposed structural elements, metal roofing, metal, wood or asbestos siding, and miscellaneous exterior elements, requiring use of scaffolding, personnel lifts, or other means of accessing high areas other than the use of ladders alone. d.Exterior Industrial, Warehouse, Hangar or similar high bay structure of up to 35,000 square feet of painted surface area, including walls, trim, soffits, overhangs, exposed structural elements, metal roofing, metal, wood or asbestos siding, miscellaneous exterior elements, and/or exposed mechanical equipment, ductwork and piping, requiring use of scaffolding, personnel lifts, or other means of accessing high areas other than the use of ladders alone. The estimated price range for this project is between $10,000,000 and $25,000,000. All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Large Business submittals will not be considered. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition is appropriate. This office anticipates award of a contract for these services by August 2012. The appropriate NAICS code for this procurement is 238320, with a standard size of $14,000,000. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The documentation shall address the following: (1) Relevant Experience to include experience in self performed efforts by the Prime Contractor of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein. (2) Company Profile to include the following: 1. Number of employees. 2. Office location(s). 3. Available bonding capacity per contract. (Must be able to bond up to the estimated price range of this project) 4. DUNS number. 5. CAGE Code. 6. Small business designation/status claimed. RESPONSES ARE DUE NLT 11 APRIL 2012 @ 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package must be sent, by mail, to: Mailing Address: NAVFAC MID-ATLANTIC Attn: Lindsay Naill (Code OPHA18) 9742 Maryland Avenue Norfolk, VA 23511-3095 Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed in writing to Lindsay Naill via email at lindsay.naill@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R0038/listing.html)
 
Document(s)
Attachment
 
File Name: N4008511R0038_IDIQ_Painting_Sources_Sought_Notice.pdf (https://www.neco.navy.mil/synopsis_file/N4008511R0038_IDIQ_Painting_Sources_Sought_Notice.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008511R0038_IDIQ_Painting_Sources_Sought_Notice.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02708512-W 20120330/120329000328-fea8793f6eb9390424f0ea1afc846f6a (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.