Skip to main content

An official website of the United States government

You have 2 new alerts

Z--INDU Interior Painting & Flooring Replacement

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: Presolicitation (Original)
  • Original Published Date: May 26, 2022 02:26 pm EDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1CZ - MAINTENANCE OF OTHER EDUCATIONAL BUILDINGS
  • NAICS Code:
    • 238320 - Painting and Wall Covering Contractors
  • Place of Performance:

Description

PRE-SOLICITATION NOTICE:

The National Park Service, Interior Regions 3, 4 & 5, Ohio Major Acquisition Buying Office (MABO), intends to issue a Request for Proposal (RFP) for an Interior Painting & Flooring Replacement project at Indiana Dunes National Park in Porter, IN.

SCOPE OF WORK: Work will consist of providing all labor, materials, tools, and other equipment necessary to paint the interior walls, drywall the ceiling, and replace the flooring of the Paul H. Douglas Center for Environmental Education at Indiana Dunes National Park.

SOLICITATION NUMBER: 140P6422R0010.

PROJECT MAGNITUDE: Between $100,000 and $250,000.

TYPE OF CONTRACT: This will be a firm-fixed price contract expected to be awarded to a prime contractor by July 2022 with performance expected to begin in July 2022 and required to be completed within 120 days of issuance of the Notice to Proceed. Construction Wage Rate Requirements for Porter County, IN will apply.

EVALUATION FACTORS: Technical, Past Performance, and Price.

North American Industry Classification System (NAICS) CODE CLASSIFICATION and SET ASIDE: The NAICS Code will be 238320, and the size standard is $16.5M. This project will be set aside 100% for Small Businesses.

SITE VISIT: If applicable, a site visit date, time, and meeting location will be announced in the solicitation. Offerors are highly encouraged to attend the scheduled site visit to inspect the site and to ensure they fully understand the requirements and conditions that may affect the cost of the project, specifications, and performance.

PUBLICIZING: The official solicitation (RFP) and its attachments is expected to be issued and available in June 2022 and will be posted to the System for Award Management (SAM) website at https://sam.gov/content/opportunities.

The contracting office will not provide hardcopies or email copies of the solicitation.

REGISTRATIONS: To be considered for award, an offeror must have a Unique Entity ID (SAM) and be registered and active in SAM. For more information visit https://sam.gov/content/home. For assistance, please reach out to the PTAC in your area. This information can be found at https://www.sba.gov/local-assistance/federal-contracting-assistance or at https://www.aptac-us.org/contracting-assistance/.

CONTRACTING POC: Jordan Ellis at 440-717-3703 or email jordan_ellis@nps.gov.

Contact Information

Contracting Office Address

  • 1113 WEST AURORA ROAD
  • Macedonia , OH 44067
  • USA

Primary Point of Contact

Secondary Point of Contact





History