SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
Seymour Johnson Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 325520 Adhesives and Sealants
The size standard for NAICS is 550 employees.
The requirement is to provide, sources or other brands similar to Tremco AlphaGrade.
SALIENT CHARACTERISTICS for ROOF REPAIR POLYURETHANE COATING
DESCRIPTION: Roof repair polyurethane coating.
REQUIREMENTS: The roofing repair polyurethane coating shall:
1. Compatibility & Adhesion: The coating must be specifically formulated to effectively adhere to and cover existing roofing aggregate, forming a durable, weatherproof bond.
2. Rapid Drying Time & Non-Tacky Finish: The coating must exhibit a rapid drying time to minimize disruption and allow for prompt subsequent work. The cured coating must have a non-tacky surface to prevent debris adhesion and facilitate safe access for HVAC servicing and maintenance.
3. Application Efficiency: The coating system shall be designed for quick and easy application, requiring minimal specialized equipment or extensive surface preparation. This ease of application should translate to substantial man-hour savings compared to alternative roofing solutions.
4. Aggregate Preservation: The coating system must not necessitate the complete removal of existing roofing aggregate, minimizing waste and labor requirements.
We are interested in any size business that is capable of meeting this requirement.
Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.
All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.
Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.