Similar Projects
Last Updated | 08/17/2022 11:33 AM |
Project Title | Paint Removal B500 |
Physical Address | View project details and contacts |
City, State (County) | Duluth, MN 55811 (Saint Louis County) |
Category(s) | Single Trades |
Sub-Category(s) | Painting |
Contracting Method | Competitive Bids |
Project Status | Construction start expected September 2022 |
Bids Due | View project details and contacts |
Estimated Value | $100,000 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | The USPFO for Minnesota is soliciting this Request for Proposal (RFP) to aw ard a single Firm Fixed Price Contract for Paint Removal, Project #FMKM222007 at the ANG 148th FW, Duluth Air Force Base, Minnesota. This project is solicited as a Small Business Set-Aside. The NAICS is 236220, Business size standard is $39.5 Million averaged annual receipts for the past 3 years. The magnitude of this project is betw een $100,000.00 and $250,000.00. A Pre-Proposal Conference is scheduled for 10 Aug 2022 at 10:00 a.m. CST at the 148th FW, Duluth Air Force Base, at the Base Civil Engineer's Conference Room, 4630 Mustang Drive,Minnesota. A site visit to the actual location of the project w ill follow COVID 19 measures w ill be follow ed and maintained. See FAR Clause 52.236-27 ALT I. Funds are not presently available for this contract. Aw ard w ill be made to the offeror w ho represents the best value to the Government as outlined in accordance w ith the criteria set forth w ithin the solicitation WAGE DETERMINATION 6.1. The Construction Wage Rate Requirements formerly known as Davis Bacon Wage Rates are applicable to this project. Current prevailing wage determination(s) at time of issuance of solicitation are MN20220129 July 29 2022 for St. Louis County. In the event the current prevailing Wage Determination is changed by the Department of Labor prior to the closing date of the solicitation, the most current wage determination is in effect. Should the wage rate change after closing, but prior to award, the updated Wage Determination will be incorporated by amendment and issued to all offerors that have not been eliminated from the competition. If applicable, these offerors/contractors will be given a reasonable opportunity to provide revised proposals solely to amend proposals due to Wage Determination changes. If the wage determination modification does not change any affected wage rates, then the provisions of FAR 22.404- 5(c)(4) will apply. Participants will meet at-- 148th FW Base Civil Engineer's Conference Room, 4630 Mustang Drive, Duluth, MN 55811The Contracting Officer reserves the right to address questions received after the fifth day prior to solicitation closing with those offers deemed compliant and/or in the competitive range after closing. Submit all questions via email to the contracting specialist at the address shown below. Do NOT contact the A-E or Engineering personnel directly. Doing so will only delay the response to your question. Subject Line: Reference No. W912LM-22-R-1007 Email: drue.l.glaze.mil@ mail.mil SCOPE 1.1. You are invited to submit a proposal in response to our Request for Proposal W912LM-22-R-1007 for Project No. FMKM222007 Paint Removal at the Air National Guard Base in Duluth. As a result of this solicitation, the Government intends to award a single Firm Fixed Price (FFP) contract to the responsible offeror whose proposal represents the best value after evaluation in accordance with the factors and subfactors in the solicitation. 1.2. This solicitation is set-aside 100% for small businesses. 2. NOTICE OF PRE-PROPOSAL CONFERENCE 2.1. A pre-proposal conference will be conducted on 10 Aug 2022 at 10:00 AM CST for the purposes of briefing on the proposal requirements and answering questions regarding this solicitation. This conference will be held at the 148th Fighter Wing 4630 Mustang Dr. in Duluth MN 55811. Interested Contractors are highly encouraged to attend the pre-proposal conference. The site visit will be held following the conference. 2.2. Due to security conditions, all offerors must register to attend this conference and site visit. Email the following Form 66 for all attendees to benjamin.hayes.6@us.af.mil & drue.l.glaze.mil@mail.mil. 2.3. This information must be provided in advance, not later than 3 business days prior to the meeting, in order to ensure access to the military base and conference site and ensure adequate seating for the conference attendees. Even if you have access to the base you must register to ensure adequate seating. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government's denial of your access to the pre-proposal conference. This information will be provided to the Base Security Forces who will authorize your entrance to the site. 2.4. Visitors must pick up their passes at the Installation's Main Entry Gate prior to arrival. You may be required to present the following information upon arrival: (1) Vehicle Registration, (2) Valid Driver's License, (3) Proof of Insurance for Vehicle. Any of the above information furnished by you is protected under the Privacy Act and shall not be released unless permitted by law and/or you have consented to such. 2.5. Information provided at this conference or site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. 2.6. A record of the conference shall be made and furnished to all prospective offerors via posting to www.SAM.gov. The record will include minutes of the meeting, including questions (on a non-attribution basis) and answers. 3. FORMAL COMMUNICATION, OFFEROR EXPLANATIONS 3.1. Submit all questions via email to the contracting specialist at the address shown below. Do NOT contact the A-E or Engineering personnel directly. Doing so will only delay the response to your question. Subject Line: Reference No. W912LM-22-R-1007 Email: drue.l.glaze.mil@ mail.mil *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. Provide labor and material to prepare the surface and repaint all interior walls of the hangar bays in B500. Apply ferrous metal primer to galvanized interior walls. Apply high performance architectural latex coatings of MPI Division 5 for galvanized surfaces with severely deteriorated coating or rusting. Mask or otherwise protect adjacent surfaces and equipment not to be painted. Provide finished surfaces free from runs, drops, ridges, waves, laps, brush marks, and variations in colors. Do not use paints having a lead content over 0.06 percent by weight of nonvolatile content. Provide manufacturer's color chart to COR for final color selection. Selected color will be similar to existing |
||||||||||||||||||||||||||||||||||||||
Details | 13,000 SF.
|
||||||||||||||||||||||||||||||||||||||
Bidder's List | View project details and contacts | ||||||||||||||||||||||||||||||||||||||
Prospective Bidders | View project details and contacts | ||||||||||||||||||||||||||||||||||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |