SOLICITATION NOTICE
Z -- Z--PAINT EXTERIOR OF MUIR HOUSE
- Notice Date
- 6/9/2025 9:47:13 AM
- Notice Type
- Presolicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- PWR SF/SEA MABO(85000) SAN FRANCISCO CA 94104 USA
- ZIP Code
- 94104
- Solicitation Number
- 140P8525Q0057
- Response Due
- 7/17/2025 12:00:00 PM
- Archive Date
- 08/01/2025
- Point of Contact
- Roppolo, Brian, Phone: 2062204215
- E-Mail Address
-
brian_roppolo@nps.gov
(brian_roppolo@nps.gov)
- Description
- PRE-SOLICITATION ANNOUNCEMENT JOHN MUIR NATIONAL HISTORIC SITE JOMU Painting RFP No. 140P8525Q0057 The National Park Service (NPS), John Muir National Historic Site located in California, has a requirement to repaint the historic structure. This project involves preparing, priming, and painting 6000 square feet (+-150 sqft) of exterior wood siding, 1850 square feet (+- 100sqft) of metal roof. Metal and wooden rain gutters inside and out, (gutter troughs will be treated with fiberglass epoxy), leaders and downspouts. All decorative moldings, cornices, knee braces, eves, overhangs, lattice, balustrades, ridge boards, water table, removable attic widows and screens, and quoins. Project will include all porch decks, railings, stairs and ceilings, bell tower to include finial atop bell tower. Porch decking and stair treads will have a slightly aggressive non-skid finish. Work includes minor wood repairs, caulking, priming and painting. Paint may be applied with roller or spray but must be back brushed. Lightning arrest system will be removed for reinstallation after painting is complete. Prepare all surfaces by pressure washing with a fan tip, perform light scraping as needed and light sanding of all paintable surfaces, feather edges, caulk and/or fill all open seams, holes and cracks with quality elastomeric sealant, and secure all loose wood fabric with park approved glues or fasteners. No heat devices are to be used. Care must be taken as to not fill in detail on knee braces, cornices and other architectural elements. Window glass will be taped, masked or otherwise protected to prevent paint-over but still adequate enough to completely cover window glazing. Prime all exterior bare wood surfaces with 1 coat Dunn Edwards EZ Prime 708 exterior latex wood primer or equivalent. Prime all exterior bare metal roof surfaces with 1 coat Dunn Edwards 43-5 Corrobar exterior oil based metal primer or equivalent. Paint all surfaces with two coats of Dunn Edwards �Smoke White� #DE 1089 W701 Evershield exterior flat latex paint or equivalent. Paint applied with airless paint sprayer or roller must be back brushed. Paint window and screens, jambs/mullions and lattice openings with two coats of Benjamin Moore �Country Redwood� #N 105 Moorelife exterior flat latex paint or equivalent. Paint applied with airless sprayer or roller must be back brushed. Care must be taken to not caulk, or paint windows or doors shut. Porch ceilings will be painted two coats� Robins egg blue exterior flat latex. NOTE: Paint, primers and thinners must be EPA compliant and �green� products should be used where possible. Paint must be applied per manufacturer�s specifications including temperature and climate conditions. All waste paint and thinner must be contained and disposed of daily legally off site. All unused paint and primer will be removed and stored off-site daily. At least 1 gallon of each color and type of paint and primer will be provided by the vender at the end of the project. All tools, equipment and materials must be kept inside the fenced area. This procurement is set-aside for Small Business (SB) concerns only. Offers received from concerns that are not Small Business concerns shall be considered nonresponsive and will be rejected. The North American Industry Classification System (NAICS) code is 238320; the small business size standard is $19.0 million. The construction magnitude for this solicitation is $100,000.00 to $250,000.00. The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a comparative evaluation of offers considering price and other non-price factors (technical capability and past performance) as listed in the RFQ. The RFQ will be available via electronic commerce only and may be accessed on or about 25 June 2025, at SAM.gov: https://sam.gov/. The due date for quotes is estimated to be 17 July 2025. However, this may be extended at the discretion of the Government. Prospective offerors are responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFQ. An organized site visit has not been scheduled. If one is required/requested information on the site visit will be included in the solicitation. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a SAM unique entity identifier number and an active registration in the System for Award Management (SAM) (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete online Representations and Certifications at the SAM website. A contract award may or may not result from this solicitation, and all costs associated with preparing proposals are at the contractor�s own expense. NOTE: Information contained in this pre-solicitation announcement is subject to change.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/912d2566468d41bd9d8e3ce6ac309f5e/view)
- Record
- SN07470425-F 20250611/250609230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |