MACDILL PAINT IDIQ 24
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Dec 04, 2022 10:50 pm EST
- Original Response Date: Jan 06, 2023 12:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
- NAICS Code:
- 238320 - Painting and Wall Covering Contractors
- Place of Performance: Tampa , FL 33621USA
Description
The 6th Contracting Squadron, MacDill AFB, FL is seeking capabilities from Large, Small, Small Disadvantaged (SDB), 8(a), Woman Owned Small Business (WOSB), Economically Disadvantaged Women Owned Small Business (EDWOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for a Painting Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract.
Painting IDIQ- Requirements include, but are not limited to the furnishing of all labor, materials, equipment, transportation, fuel, supervision, and permits required for basewide painting requirements. Requirements include but are not limited to painting of walls, ceilings, concrete floors, exterior building surfaces and the installation and repair of wall coverings; tape, bed, and texture walls and pressure washing requirements.
Contractor efforts may also include the development of design documentation from a statement of work and/or other preliminary requirements documents. Contractor designs shall include industry standard and Air Force and MacDill specific requirements including, but not limited to, drawings, specifications, design analysis that is representative of a 35%, 65%, 95%, and/or 100% design effort (as identified within each Task Order).
PERFORMANCE LOCATION: MacDill AFB and Avon Park Air Force Range, Florida.
DOLLAR VALUE: The estimated cumulative Painting IDIQ ceiling is $5M maximum. The value of individual Task Orders are typically from $2K - $500K; however, there is a potential that Task Orders may be valued greater than this range.
PERIOD OF PERFORMANCE (POP): The period of performance is expected to be one (1) five (5) year ordering period.
RESPONSES REQUESTED FROM INTERESTED CONCERNS: Interested offerors should indicate their interest to the Contracting Officer in writing, as early as possible, but no later than close date of the sources sought:
• (a) Indicate which set-aside you qualify for under NAICS code 238320, Size Standard $15M: 8(a), HUBZone, SDVOSB, WOSB or Small Business.
• (b) A positive statement of your intention to submit an offer/bid if the solicitation is issued.
• (c) DUNS Number or Cage Code.
• (d) Indicate if you plan to joint venture or a teaming arrangement.
• (e) Bonding capacity to include single and aggregate amounts.
• (f) Provide evidence of recent experience (past 3 years) in work similar in type and scope as the Prime Contractor. For each contract/project submitted, include the Contract Number, Project Title andDescription, Award and Completion Dates, Dollar Value of Contract, Points of Contacts for each contract to include current telephone numbers and email addresses.
• (g) The Government also requests industry feedback on the potential of these requirements being solicited under a single solicitation, but with separate evaluation criteria and separate awards for each pool.
Provide responses via email to SrA Gabrielle Dimaio at 6cons.lgcm@us.af.mil NLT 6 Jan 2023, 12:00 PM ET. The information requested by this RFI will be used within the Air Force to facilitate decision-making and will not be disclosed outside the agency. This sources sought request for information is for the purpose of conducting market research to provide data for planning purposes. This sources sought synopsis announcement does not constitute a formal solicitation and is not a request for proposal, request for quote, invitation for bid, does not obligate the Government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender.
Attachments/Links
Contact Information
Contracting Office Address
- AF NO MILSBILLS CP 813 828 4766 2610 PINK FLAMINGO AVE
- TAMPA , FL 33621-5119
- USA
Primary Point of Contact
- Gabrielle L. Dimaio
- gabrielle.dimaio@us.af.mil
Secondary Point of Contact
- Terrell Phillips
- terrell.phillips.3@us.af.mil
History
- Jan 21, 2023 11:58 pm ESTSources Sought (Original)