Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2002 FBO #0278
SOLICITATION NOTICE

56 -- Carpet/Tile

Notice Date
9/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F77CES22351400
 
Response Due
9/16/2002
 
Point of Contact
Regina Espinoza, Contract Administrator, Phone 915-696-4510, Fax 915-696-4084, - Paul Reed, Chief, Plans & Programs, Phone (915) 696-4428, Fax (915) 696-3676,
 
E-Mail Address
regina.espinoza2@dyess.af.mil, Paul.Reed@dyess.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotes (RFQ) F41652-02-Q-0004. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This procurement is a small business under SIC Code is 1752/NIACS code is 235520. Desired delivery date is within 10 days after award with total completion at the end of November to mid December; FOB destination, acceptance by the government at Dyess AFB. DESCRIPTION: This award will be made on the basis lowest cost, technically acceptable. (1)1. Project Summary: In building 6030C on Dyess AFB; Demolish existing tile and install new tile and cove base as shown on attached plan. a. Dimension (footprint): Demolish approximately 2,500-sq. ft. of ceramic tile. Prepare all floor surfaces and re-install approximately 2,500-sq. ft. of ceramic tile. Install approximately 400 LF of cove base. 2. Work Description: The contractor shall furnish all plant, labor, materials, equipment and performance of operations required for design and construction/installation as described per the material manufacturers recommended installation instructions. 3. Conditions of Work: a. Work shall be scheduled during normal business hours when possible, however, the contractor may request and/or be required to perform work after normal duty hours or on weekends. b. The project area is located within a controlled operations area. In the event of an "actual" or "exercise" scenario it may be required that the contractor stop work until the event is complete. This delay will not be at an additional expense to the government. Lost construction time due to stop work will be added to performance time. c. The contractor shall conduct the work in a manner to keep to a minimum disruption of normal operations. 4. Specifications: a. CERAMIC TILE: Shall be equal to or better than Marazzi Brand 12" x 12" and installed in accordance with manufacturers instructions and Glazed Ceramic Tile: TCA 137.1 Section 6. Tile shall be measured and set so that the sides come out with equal dimensions. Tiles in both directions shall line up and all lines straight. Adhesives and grout shall be recommended for that specific tile and purpose and used in accordance with manufacturer recommendations. Finished product shall have no vacancies or hollow sounds under tile. While working with adhesives for tile and it loses it's workability, is drying out, or is aged to the point it will not perform in accordance with manufacturers instructions and warranties it shall be disposed of and a new batch used. b. COVE BASE: Base shall conform to FS SS-W-40, Rubber, Styled Coved. Base shall be 4 inches high and 1/8" thick. Base shall be provided in rolls or straight sections cut to length and applied as recommended by the manufacturer. No wrinkling or bubbles will be accepted. Color shall be selected by user. c. All work must be accomplished in accordance with manufacture's specifications. d. All work areas must be cleaned and all demo debris must be cleared from the job site daily. 5. Remarks/Notes: a. All work shall conform to manufacturer's recommendations. b. All safety practices will be strictly adhered to. c. Contractor shall be responsible for coordinating, scheduling and notifying building occupants of utility and alarm system outages. 6. Submittals (via AF Form 3000): a. START OF CONSTRUCTION: Contractor will submit necessary ceramic tile and cove base samples for approval and color selection by the government. (2) 1. Project Summary: In building 6141 on Dyess AFB; Move existing furniture, Demolish existing carpet and install new carpet and cove base as shown on attached plan. a. Dimension (footprint): Demolish approximately 1565-sq. ft. of carpet. Prepare all floor surfaces and re-install approximately 1565-sq. ft. of carpet. Install approximately 460 LF of cove base. 2. Work Description: The contractor shall furnish all plant, labor, materials, equipment and performance of operations required for design and construction/installation of new carpet as described per the material manufacturers recommended installation instructions. Contractor shall supply an optional bid for the movement of furniture within the project area. 3. Conditions of Work: a. Work shall be scheduled during normal business hours when possible, however, the contractor may request and/or be required to perform work after normal duty hours or on weekends. b. The project area is located within a controlled operations area. In the event of an "actual" or "exercise" scenario it may be required that the contractor stop work until the event is complete. This delay will not be at an additional expense to the government. Lost construction time due to stop work will be added to performance time. c. The contractor shall conduct the work in a manner to keep to a minimum disruption of normal operations. 4. Specifications: a. CARPET: Carpet shall be equal to or better than the following physical characteristics: 1. Carpet Construction: Tufted 2. Type: Broadloom 12 feet minimum usable carpet width with exception of corridors 3. Pile Type: Loop Pile Graphics 4. Pile Fiber: Commercial Antron nylon continuous filament with stain and soil resistant, permanent static control fibers including built-in anti-microbial protection. 5. Tufted Pile Thickness: .145 in. 6. Gauge: 1/8 inch 7. Stitches per Inch: 9.6 per inch 8. Surface Pile Yarn Weight (Face Weight): 28 ounces per square yard. This does not include weight of backing. Weight shall be determined in accordance with ASTM D 418 9. Pile Density: 6,952 as determined using the formula below: Density = (W)(36)/T - W is the pile yarn weight in ounces per square yard. T is finished pile thickness in inches. Pile thickness shall be determined in accordance with ASTM D 418 or better. b. Installation shall be in accordance with the manufacturer instructions and CRI 104. Broadloom carpet shall be installed direct glue down, shall be uniform and secure with a minimum of seams. Seams shall be uniform, unnoticeable, and treated with a seam adhesive. Side seams shall be run towards the light where practical and where such layout does not increase the number of seams. Breadths shall be installed parallel with carpet pile in the same direction. Cutouts, as doorjambs, columns, and ducts shall be neatly cut and fitted securely. Seams at doorways shall be located parallel to and centered directly under doors. Seams shall not be made perpendicular to doors or at pivot points. Seams at changes in directions of corridors shall follow the wall line parallel to the carpet direction. Corridors with widths less than 6 feet shall have the carpet laid lengthwise down the corridors. Color shall be selected by user. c. COVE BASE: Base shall conform to FS SS-W-40, Rubber, Styled Coved. Base shall be 4 inches high and 1/8? thick. Base shall be provided in rolls or straight sections cut to length and applied as recommended by the manufacturer. No wrinkling or bubbles will be accepted. Color shall be selected by user. d. All work must be accomplished in accordance with manufacture?s specifications. e. All work areas must be cleaned and all demo debris must be cleared from the job site daily. 5. Optional Line Item: Request the contractor also submit an optional bid to move the furniture out of the project area and back into the project area upon completion of the carpet installation. 6. Remarks/Notes: a. All work shall conform to manufacturer?s recommendations. b. All safety practices will be strictly adhered to. c. Contractor shall be responsible for coordinating, scheduling and notifying building occupants of utility and alarm system outages. 7. Submittals (via AF Form 3000): a. START OF CONSTRUCTION: Contractor will submit necessary carpet and cove base samples for approval and color selection by the government. (3) 1. Project Summary: In building 9110 on Dyess AFB; Demolish existing carpet and install new carpet, ceramic tile and cove base as shown on attached plan. a. Dimension (footprint): Demolish approximately 3430-sq. ft. of carpet. Prepare all floor surfaces and re-install approximately 2805-sq. ft. of carpet, and 625-sq. ft. ceramic tile. Install approximately 522 LF of cove base. 2. Work Description: The contractor shall furnish all plant, labor, materials, equipment and performance of operations required for design and construction/installation of new carpet as described per the material manufacturers recommended installation instructions. Contractor shall supply an optional bid for the movement of furniture within the project area. 3. Conditions of Work: a. Work shall be scheduled during normal business hours when possible, however, the contractor may request and/or be required to perform work after normal duty hours or on weekends. b. The project area is located within a controlled operations area. In the event of an "actual" or "exercise" scenario it may be required that the contractor stop work until the event is complete. This delay will not be at an additional expense to the government. Lost construction time due to stop work will be added to performance time. c. The contractor shall conduct the work in a manner to keep to a minimum disruption of normal operations. 4. Specifications: a. CARPET: Carpet shall be equal to or better than the following physical characteristics: 1. Carpet Construction: Tufted 2. Type: Broadloom 12 feet minimum usable carpet width with exception of corridors 3. Pile Type: Loop Pile Graphics 4. Pile Fiber: Commercial Antron nylon continuous filament with stain and soil resistant, permanent static control fibers including built-in anti-microbial protection. 5. Tufted Pile Thickness: .145 in. 6. Gauge: 1/8 inch 7. Stitches per Inch: 9.6 per inch 8. Surface Pile Yarn Weight (Face Weight): 28 ounces per square yard. This does not include weight of backing. Weight shall be determined in accordance with ASTM D 418 9. Pile Density: 6,952 as determined using the formula below: Density = (W)(36)/T - W is the pile yarn weight in ounces per square yard. T is finished pile thickness in inches. Pile thickness shall be determined in accordance with ASTM D 418 or better. b. Installation shall be in accordance with the manufacturer instructions and CRI 104. Broadloom carpet shall be installed direct glue down, shall be uniform and secure with a minimum of seams. Seams shall be uniform, unnoticeable, and treated with a seam adhesive. Side seams shall be run towards the light where practical and where such layout does not increase the number of seams. Breadths shall be installed parallel with carpet pile in the same direction. Cutouts, as doorjambs, columns, and ducts shall be neatly cut and fitted securely. Seams at doorways shall be located parallel to and centered directly under doors. Seams shall not be made perpendicular to doors or at pivot points. Seams at changes in directions of corridors shall follow the wall line parallel to the carpet direction. Corridors with widths less than 6 feet shall have the carpet laid lengthwise down the corridors. Color shall be selected by user. c. CERAMIC TILE: Shall be equal to or better than Marazzi Brand 12" x 12" and installed in accordance with manufacturers instructions and Glazed Ceramic Tile: TCA 137.1 Section 6. Tile shall be measured and set so that the sides come out with equal dimensions. Tiles in both directions shall line up and all lines straight. Adhesives and grout shall be recommended for that specific tile and purpose and used in accordance with manufacturer recommendations. Finished product shall have no vacancies or hollow sounds under tile. While working with adhesives for tile and it loses it's workability, is drying out, or is aged to the point it will not perform in accordance with manufacturers instructions and warranties it shall be disposed of and a new batch used d. COVE BASE: Base shall conform to FS SS-W-40, Rubber, Styled Coved. Base shall be 4 inches high and 1/8" thick. Base shall be provided in rolls or straight sections cut to length and applied as recommended by the manufacturer. No wrinkling or bubbles will be accepted. Color shall be selected by user. e. All work must be accomplished in accordance with manufacture's specifications. f. All work areas must be cleaned and all demo debris must be cleared from the job site daily. 5. Remarks/Notes: a. All work shall conform to manufacturer's recommendations. b. All safety practices will be strictly adhered to. c. Contractor shall be responsible for coordinating, scheduling and notifying building occupants of utility and alarm system outages. 6. Submittals (via AF Form 3000): a. START OF CONSTRUCTION: Contractor will submit necessary carpet and cove base samples for approval and color selection by the government. The following clauses apply to this acquisition: FAR 52.212-1 Instruction to Offerors-Commercial items; provisions at FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications ; Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders ? Commercial Items. Offerors shall comply with FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Lack of registration will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423, or via the Internet at www.ccr.dlsc.dla.mil. In addition, the following clauses shall also be applicable to this solicitation: DFAR 252.204-7004 Required Central Contractor Registration March 2000, DFAR 252.225-7000 Buy American Act and Balance of Payment Program March 1998, DFAR 252.246-7000 Material Inspection and Receiving Report, AFFAR 5352.242-9000 Contractor Access to Air Force Installation May 1996, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. DFAR 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items. A site visit will be held at 10:00 a.m. on 10 September 2002. Offerors are instructed to meet at 7 CONS, 381 Third Street, Dyess AFB, TX 79607. Quotes are due to 7 CONS/LGCA, 381 Third Street, Dyess AFB, TX 79607 no later than 16 September 2002, 2:00 P.M. Central Standard Time. Please contact Regina Espinoza with any questions at (915) 696-4510 or FAX (915) 696-4048.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/7CONS/F77CES22351400/listing.html)
 
Place of Performance
Address: 7 CES BLDG 6030C, 6141, 9110 DYESS AFB, TX
Zip Code: 79607
Country: United States
 
Record
SN00158114-F 20020906/020904221132 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.