Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2004 FBO #0807
SOLICITATION NOTICE

72 -- Remove and Replace Carpeting

Notice Date
2/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
Reference-Number-F7390040130200
 
Response Due
3/1/2004
 
Archive Date
3/16/2004
 
Point of Contact
Chris Seaman, Contract Specialist, Phone (843) 963-5197, Fax (843) 963-5183, - Anna Urrutia, Contract Specialist, Phone (843) 963-5157, Fax (843) 963-5183/28502829,
 
E-Mail Address
chris.seaman@charleston.af.mil, Anna.Urrutia@charleston.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This solicitation number is F7390040130200 and is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 423220 with a 500 employee size standard. Contractors shall submit a lump sum quote for all labor and materials included in this project. All responsible sources may submit a quotation, which shall be considered by the agency. Remove existing carpet and replace with new carpet, approximately 580 SY and install approximately 1,000 LF of cove base at bldg 247 on Charleston Air Force Base, South Carolina (see attached statement of work). A mandatory site visit will be conducted on Thursday, 19 February 2004 at 9:00 a.m. Interested contractors need to register prior to the site visit by providing your company name, phone number and the name(s) of your representative to Chris Seaman at the email address below by 4:30 p.m. on 17 Feb 04. Indicate if you will need to be escorted on base. For those not requiring an escort; we will meet at 9:00 a.m. in front of bldg 247. For those requiring escort; be at the Dorchester Rd gate no later than 8:45 a.m. to allow time to be signed in. The escort will leave the gate at 8:55 to arrive at bldg 247 by 9:00 a.m. Provide material lead-time and on-site performance time with your quote. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/ FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price and (2) Past Performance. The Government will evaluate offers for award purposes for the total price for the requirement. Price and past performance are deemed equally important. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most recent projects of a similar scope and nature. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item, which can be downloaded from the FAR website mentioned above. A copy can be sent via email, contact Chris Seaman at the email address listed below to have a copy emailed to you. FAR 52.212-4 Contract Terms and Condition?Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act-Balance of Payments Program. The following additional clauses are applicable to this procurement. DFAR 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at www.ccr.gov or call 1-800-334-3414 DFAR 252.246-7000 -Material Inspection And Receiving Report FAR 52.253-1 -Computer Generated Forms; DFAR 252.204-7003 -Control Of Government Personnel Work Product; FAR 52.236-2 Differing Site Conditions; FAR 52.236-6 Superintendence by the Contractor; FAR 52.236-3 Site Investigation and Conditions Affecting the Work; FAR 52.236-5 Material and Workmanship; FAR 52.222-3 Convict Labor; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.252-2 Clauses Incorporated by Reference; 252.232-7003 Electronic Submission of Payment Requests Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 1 March 2004 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F7390040130200 Addressed to Chris Seaman, Contracting Officer, Phone 843-963-5179, fax 843-963-5183, email address chris.seaman@charleston.af.mil or Anna Urrutia, Contracting Officer, Phone 843-963-5157, email address anna.urrutia@charleston.af.mil. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http://437contracting.charleston.af.mil and the Small Business Administration (SBA) web site: http://www.sba.gov. CARPET REPLACEMENT BLG. 247 Civil Engineer Environmental & Navy ROICC W.O. 26083 STATEMENT OF WORK 1. Remove existing carpet as shown on the location drawing. The walls shall be protected from any damage during removal and installation. The removed carpet becomes the property of the Contractor and shall be disposed of properly off of Charleston Air Force Base. 2. Furnish and install approximately 580 SY of carpet tile. The square yardage listed is an approximation of the floor space. The contractor will also supply an extra 5 cartons carpet tile for future replacement use (attic stock). The contractor shall be responsible for ordering the proper amount of carpet tile. Carpet Tile Brand: Shaw Carpet Tile Pattern: Constellation EW24 Carpet Tile Color: Federation #26420 3. Furnish and install approximately 1000 LF of 4? high cove base in all areas where carpet is being replaced or installed. Rooms and areas that are not having carpet installed will also have cove installed. Cove Base Brand: Johnsonite or equal Cove Base Color: #48 Grey 4. Furnish and install edging/stripping in all areas where floor covering material changes or at the termination edges of the carpet. 5. All products shall be installed according to industry standards and manufacturer recommendations. The Contractor shall be responsible for ordering the proper amounts of products. Any quantities listed in this statement of work are approximations. 6. The Contractor shall be responsible for lifting, jacking, or moving all furniture. Government employees will accomplish the following as needed: Removing and re-installing all computer related equipment; clearing the tops of desks, book shelves, and work areas. Government employees may have to help the Contractor empty the interiors of desks and filing cabinets in order for the Contractor to move them. 7. Time for carpet installation will be scheduled with Mr. Jeff Garrett, 963-2711, or Mr. Luis Class, 963-4975, after award of contract. The Civil Engineer POC is Mr. Daryl Lareau, 963-5009. 8. Contractor shall protect all government property in and around the job site. Clean up will be performed on a daily basis and final cleanup immediately after all work is accomplished
 
Place of Performance
Address: Bldg 247, Charleston AFB, South Carolina
Zip Code: 29404
Country: USA
 
Record
SN00519705-W 20040212/040210212220 (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.