Paint Contractor Support Blanket Purchase Agreement

Agency: ARCHITECT OF THE CAPITOL
State: District of Columbia
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159785236319730
Posted Date: Apr 11, 2024
Due Date: Apr 25, 2024
Solicitation No: AOCACB24Q0082
Source: Members Only
Follow
Paint Contractor Support Blanket Purchase Agreement
Active
Contract Opportunity
Notice ID
AOCACB24Q0082
Related Notice
Department/Ind. Agency
ARCHITECT OF THE CAPITOL
Sub-tier
ARCHITECT OF THE CAPITOL
Office
ACQUISITION & MATERIAL MAN DIV
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)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 11, 2024 12:58 pm EDT
  • Original Response Date: Apr 25, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 238320 - Painting and Wall Covering Contractors
  • Place of Performance:
    Washington , DC
    USA
Description



Request for Information (RFI)/ Sources Sought Notice



Reference No. AOCACB24Q0082



Architect of the Capitol



Paint Contractor Support Blanket Purchase Agreement



(This is not a Request for Quotation; this is ONLY for market research purposes)



The purpose of this Sources Sought is to seek capable and responsible sources interested in providing this service. This is not a solicitation but rather a Request for Information (RFI/Sources Sought) in which the data collected will be used for market research purposes only. Responses will assist the Government with developing its acquisition strategy.



A continuing need is anticipated for Paint Support Services. The Architect of the Capitol (AOC) has a requirement for a Blanket Purchase Agreement (BPA) for the House Office Buildings, with a period of performance of a one-year base and four one-year optional ordering periods. Call Orders will be Firm Fixed Price and/ or Time & Materials.



Suggested NAICS: 238320 - Painting and Wall Covering Contractors





1.0 PROJECT TITLE



Paint Contractor Support Blanket Purchase Agreement (BPA)





2.0 BACKGROUND



The AOC is responsible for the maintenance, operation, development, and preservation of over 18,400,000 square feet of building space and over 570 acres of land within the United States Capitol Complex and outlying sites. AOC facilities are organized by jurisdictions which include the House Office Buildings, Senate Office Buildings, United States Capitol Building, Capitol Grounds & Arboretum, Capitol Visitor Center, Library of Congress Buildings & Grounds, United States Supreme Court Buildings & Grounds, United States Botanic Garden, the Capitol Power Plant, and the Office of the Chief Security Officer. AOC maintains facilities in the District of Columbia and in Virginia and Maryland.



The House Superintendent’s Office under the Architect of the Capitol executes various construction projects in and around the House Office Buildings regarding paint support. Every two years after the congressional elections, during the months of November and December, members have an opportunity to select and move into offices vacated by previous members. During this period, the House Superintendent’s Office provides patching and painting in the vacated suites to make them ready for occupancy by the new members.



3.0 SCOPE OF WORK



The AOC is seeking paint contractor support for a variety of projects, operations, and initiatives on the U.S. Capitol Campus. These tasks can be requested from all jurisdictions on the U.S. Capitol Campus.





3.1 General Painting





Buildings: U.S. Capitol Campus



Anticipated project duration: as needed, work frequency is unknown and not guaranteed.



Requirements:





The Contractor shall brush and roll walls and trim. Ceilings may be sprayed. Woodwork that is stained, varnished or non-paint finish shall not be painted. The Contractor shall provide Safety Data sheets for all materials/ tools/ equipment they bring onsite.





The Contractor shall protect all surfaces prior to painting. All wall items that remain on the walls shall be protected. This includes light fixtures, electrical/cover plates, fire alarm, sprinkler, smoke detectors, drapes, blinds, cabinets, shelving, doors, plumbing, etc. The Contractor shall also ensure door/cabinet knobs, hinges and other hardware are protected from paint. Contractor shall use all caution to protect windows, furnishings with glass, and historic chandeliers from breakage from roller poles and ladders. Contractor shall provide protection of any furniture that may be left in the suites. This would include modular furniture and associated reception desks in those suites.





The Contractor shall protect all carpet in the suite unless notified by the AOC that the suite is receiving new carpet. The Contractor is responsible for any cleaning or replacement costs if carpet is damaged. The Contractor shall be responsible for any costs associated with repair due to damage.





The Contractor is required to remove all trash/ debris/ material generated from their work following each shift.





3.2 House Transition Paint Contractor Support





Buildings: Cannon, Longworth, and Rayburn House Office Buildings (CHOB, LHOB, and RHOB),



Anticipated project duration: approximately 4 – 6 weeks, November/ December.



Requirements:





The Contractor shall complete painting during at least one of the two shifts. Shifts are as follows – Day: 6:30am to 3:30pm, Evening: 4:00pm to 1:00am. A minimum of one hour prior to the end of the shift, the painting of the suite shall be complete.





The Contractor shall have resources to paint two suites per shift (four suites a day). Two suites on day shift and two suites on evening shift. The Contractor shall assume 96 total suites across the different buildings will be painted during the transition with 48 being painted by each shift over a 24 working day period which includes Saturdays. It is anticipated that the breakdown of suites shall be as follows: 36 LHOB, 26 CHOB, 34 RHOB.





The Contractor shall provide an onsite working foreman for each painting shift that they are scheduled to work. The AOC onsite designated supervisor will coordinate directly with the foreman to discuss daily work needs, coordinate delivery of paints within the buildings, inspect suite prior to the start of work, discuss the punchlist, and accept room at end of shift when punchlist is complete.





4.0 Key Personnel



The Government has identified the need for three (3) key personnel under this requirement. The Contractor shall propose a Project Manager (PM) and two (2) Onsite Working Foreman (F) [one for each shift] who meet the required skills outlined below. Required certifications may be substituted with experience, provided a written justification is approved by the Government. All key personnel must exhibit critical soft skills including:






  • Excellent active listening and verbal communication skills;

  • Strong business writing ability for the Project Manager;

  • Flexible and adaptable attitude;

  • Ability to conform to shifting priorities, demands, and timelines.





Submission Instructions:





Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than twelve pages, using no less than 12-point Times New Roman font indicating the ability to perform all aspects of the effort. A Contractor's response to this RFI shall not exceed twelve pages.





The Government requests interested parties submit a written response to this notice which includes:





a) Company information:






  1. Company Name.

  2. Company SAM Unique Entity Identifier (UEI) number.

  3. System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov.

  4. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives.

  5. Date submitted.

  6. Business Size Standard of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.).

  7. Capability Statement: Detailed capability statement addressing the company’s qualifications and ability to provide the requirements listed herein, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

  8. Geographic Coverage: Please identify the areas of the United States where your organization provides these services.





This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government to issue a solicitation or to award a BPA, nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of Contractor submission of responses, or the Government's use of such information or otherwise pay for the information provided in response.





Interested parties who consider themselves qualified to perform one or more elements of the scope are invited to submit a response to this Sources Sought Notice/RFI to Renko Hardison at renko.hardison@aoc.gov by COB on April 25th, 2024.





Thank you,





Renko Hardison



Contract Specialist





Architect of the Capitol



Design and Construction Acquisition Branch (DCA)



www.aoc.gov




Attachments/Links
Contact Information
Contracting Office Address
  • 2nd & D Streets, SW FHOB - Room 264
  • Washington , DC 20515
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 11, 2024 12:58 pm EDTSources Sought (Original)

Related Document

Apr 29, 2024[Presolicitation (Updated)] Paint Contractor Support Blanket Purchase Agreement

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >