The RFP Database
New business relationships start here

Paint Protective Coatings


South Dakota, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS.

1.  Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, may not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement.

2.  This is a Sources Sought only and it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This Request for Information (RFI) is developed for the express purpose of surveying interested sources. This RFI does not commit the Air Force to contract for any supplies or services whatsoever. Responders are advised that the Air Force will not pay for any information or administrative costs incurred in response to this announcement and any and all costs associated with responding to this RFI will be solely at the interested parties' expense.

3.  Ellsworth Air Force Base is seeking a response from interested firms that qualify as U.S. Small Businesses in an attempt to facilitate decision making of potential sources for a possible procurement.

4.  Ellsworth Air Force Base is seeking to identify qualified, experienced, and interested businesses capable of performing base-wide Protective Coating services as described herein. The description of work will be identified in each individual delivery order. The work would consist of, but not limited to Maintenance Management, Quality Control, materials requisition, prep and paint facilities interiors/exteriors, install wall coverings and vinyl base materials, apply brick stain, remove paint and lead free thermoplastic street and parking lot markings, prep and paint street and airfield marking, remove and dispose of lead base paint, prep, and paint miscellaneous structures (such as fire hydrants, pipes, signs sign posts, and water tanks on Ellsworth AFB in accordance with individual Task Orders placed against this IDIQ.  The contractor shall provide all management, tools, supplies, equipment, labor, and applicable licenses and permits necessary to ensure that the above mentions work is performed in a manner that will restore a neat and professional appearance.  Performance and payment bonds will be required per individual Task Order in accordance with Federal Acquisition Regulation Part 28. The general scope of the Protective Coatings services is a construction only, Indefinite Delivery Indefinite Quantity (IDIQ) single award contract. The proposed contract will consist of multiple line items, Firm Fixed Priced, Indefinite-Delivery Indefinite-Quantity vehicle to execute a broad range of painting projects.  The contractors shall be expected to respond and have the capability to respond to multiple Requests for Proposals (RFP) in a short period of time and manage several project Task Orders simultaneously.  Projects under this Protective Coating IDIQ contract will consist of construction work based on a general statement of work further defined within each individual task order. The performance period for this Protective Coating IDIQ will be one basic year with four one year option years. Each task order shall be negotiated with the selected contractor.  The aggregate not-to-exceed amount for this Protective Coating IDIQ contract is estimated between $1 million and $5 million.

5.  The North American Industry Classification System (NAICS) code for this requirement is 238230, Painting and Wall Covering Contractors. The small business size standard under this NAICS is $15 million. Performance period for the base year would be approximately performed from Aug 1, 2020 through July 30, 2021 with four one year option periods. The project magnitude for the base year is between $500,000 and $1,000,000 and each option year magnitude is between $500,000 and $1,000,000. The minimum guarantee over the life of the contract is $500 (to include base year and all four option years). All prospective offerors must have a Commercial and Government entity (CAGE) code and be registered with System for Award Management (SAM) (www.sam.gov). Release of an RFP would be via the internet only at the FedBizOps website. No paper copies of the RFP will be issued.

6.  If your firm has an interest in proposing on future requirements as described above and who believe they can meet the requirements are invited to submit, in writing, a complete capabilities package.  Provide responses NO LATER THAN 5:00 PM Mountain Time Zone, 16 May 2019, to Mr. David Goff via e-mail to david.goff.6@us.af.mil, or Mr. Roger Morris via email at roger.morris.7@.us.af.mil.

7.  At a minimum capability statement shall state skills, experience, and knowledge required to perform this type of work. Include the following:

      a.  Company name, address, point of contact (POC), telephone number, fax number, email address, and CAGE Code.

      b.  Company's business size and/or socioeconomic status (i.e. Small Business, SBA Certified 8A Program Participant, SBA Certified HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, Woman-Owned Small Business).

      c.  A positive statement of your intention to bid on this contract as a prime contractor.

      d.  Offeror's Joint Venture, Partnering Agreement, or Mentor-Protégé information if applicable - existing and potential.

       e.  A listing of any government construction contracts held over the last three (3) years.

      f.  Company's bonding capacity; single award capacity and an aggregate bonding capacity.

       g.  If you are a small business, would you consider submitting a proposal as a prime contractor?

       h.  What are the most critical criteria that would distinguish one company's capabilities from another? Explain.

       i.  Representation of the ability to execute multiple Task Orders concurrently.

8.  The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency.


David M Goff, Contracting Officer, Phone 6053851734, Fax 605-385-1759, Email david.goff.6@us.af.mil - Roger Morris, Contracting Officer, Phone 605-385-1712, Fax 605-385-1759, Email roger.morris.7@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP