Similar Projects
Juvenile Service Center Pod 1, and Pod 4 Painting
Post-Bid
Hastings, MN 55033

Interior Painting Project John Carroll Apartments
Post-Bid
South Saint Paul, MN 55075

2021 Bridge 27263 3rd Street Painting and Repairs
Results
Minneapolis, MN

Repainting of Concrete Exterior to the Bellanca Building
Results
Alexandria, MN 56308

Wood Sandblast Engraving for Bench Tops for MPRB Board
Alteration
Post-Bid
Minneapolis, MN

Water Storage Tank Repair and Repair
Infrastructure, Alteration
Results
Rochester, MN 55901

Miscellaneous Painting, Patching and Taping Services
Term Contract
Post-Bid
Duluth, MN 55811

Zachary Water Treatment Plant Coatings Rehabilitation Project
Alteration
Results
Plymouth, MN

Sandblasting and Electrostatic Painting Services
Term Contract
Post-Bid
MN

Bridge Painting
Alteration
Results
Hammond, MN

Repainting Exterior Guard Rails and Exterior Corridor Floors
Alteration
Post-Bid
Montevideo, MN

Northwest Tower Reconditioning
Alteration
Results
Bloomington, MN

Gap - Refresh
Renovation
Post-Bid
Maple Grove, MN

Elevated Reservoir Reconditioning and Painting
Infrastructure, Alteration
Results
Andover, MN 55304

Painting Services
Term Contract
Post-Bid
MN

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.
Division 03 - Concrete, Concrete Forming, Structural Cast-in-Place Concrete Forming, Concrete Reinforcing, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 13 - Special Construction, Fabricated Engineered Structures, Metal Building Systems.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents