Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1999 PSA#2397

Department of the Air Force, Air Combat Command, 2 CONS, 841 Fairchild Ave Ste 205, Barksdale AFB, LA, 71110-2271

Z -- INDEFINITE-QUANTITY/INDEFINITE-DELIVERY PROTECTIVE COATING CONTRACT IAW OMB A-76 SOL F16602-99-R0028 POC Tamiko Ritschel, Contract Administrator, Phone 318-456-6832, Fax 318-456-2362, Email Tamiko.Ritschel@barksdale.af.mil -- Kathleen Lee, Contracting Officer, Phone 318-456-6833, Fax 318-456-2362, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F16602-99-R00 28&LocID=886. E-MAIL: Tamiko Ritschel, Tamiko.Ritschel@barksdale.af.mil. DESC: The Commander of 2d Bomb Wing is initiating a cost comparison of the 2d Bomb Wing Protective Coating activity at Barksdale AFB, LA in accordance with OMB Circular A-76. It impacts a total of 13 DoD personnel (13 Civilians). The cost comparison is expected to begin on 1 April 1998 and is projected to be completed by FY 00. The Congressional District is 4 and elected officials are Senators John Breaux and Mary Landrieu and Congressman Jim McCrery. Indefinite-Delivery/Indefinite Quantity type contract to provide all labor, tools, equipment, and transportation necessary to maintain Protective Coating Services. The project includes, but is not limited to, interior and exterior preparation and painting of all facilities on Barksdale Air Force Base, excluding several areas defined in the Statement of Work. Sheet rock finishing, wall covering installation and repair, traffic and miscellaneous sign making capabilities, selected street and flightline markings, preparing, sealing and painting pools and poolfacilities, and painting various equipment and structures (i.e. fire hydrants, trailers, sign posts) will be included in this contract. All work will be in accordance to specifications set in the Statement of Work. The vast majority of work completed will follow Barksdale's five-year paint plan. Quality and material control are essential parts of the contract. The performance time will be one year with four one-year option periods. The applicable SIC code for this solicitation is 1799 and the NAICS code is 23599. The corresponding size standard is $7 million (gross revenues averaged over the past three years). Actual date for receipt of proposals will be cited in solicitation. Pursuant to OMB A-76, this constitutes the second of three required notices. Posted 07/26/99 (D-SN359117). (0207)

Loren Data Corp. http://www.ld.com (SYN# 0121 19990728\Z-0002.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page