Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2004 FBO #1013
SOLICITATION NOTICE

99 -- Carpet purchase and Installation

Notice Date
9/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
442210 — Floor Covering Stores
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-04-T-0219
 
Response Due
9/15/2004
 
Archive Date
9/30/2004
 
Point of Contact
George Seabolt, Contract Specialist, Phone 301-757-9715, Fax 301-757-0200, - Thomas Stann, Contracting Officer, Phone (301) 757-9714, Fax (301) 757-0200,
 
E-Mail Address
george.seabolt@navy.mil, thomas.stann@navy.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 the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number N00421-04-T-0219 is issued as a request for quotation (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2001-24, and DFARS Change Notice 20040625. This requirement is being synopsized as a 100% small business set-aside under the North American Industry Classification System code 442210, and the small business size standard is 500 employees. A firm fixed price contract is anticipated. Offerors are hereby notified of the opportunity for a site visit to inspect and measure the site of performance. All potential offerors are encouraged to attend the site visit to perform the precise measurements necessary for successful performance. The Government?s estimate of the measurement of all supplies required for this effort are intended solely to provide potential offerors a rough estimate of the scope of the work in an effort to assist with their decision of whether or not to respond to this RFQ. Consequently; the contractor shall be responsible for all field measurements to accomplish work. Quantity and sizes of materials shall be determined from site visit. The contractor shall carefully examine the entire site and building and shall make all necessary investigations to become thoroughly aware of the existing conditions and all difficulties involved in the completion of the work in accordance with the contract documents The site visit is planned for September 10, 2004 from 10:00am to 2:00pm. This is the only site visit planned for this requirement. Photographs are not authorized. Further; no questions regarding this RFQ will be answered during the site visit. All questions and comments shall be submitted in writing to Mr. George Seabolt at george.seabolt@navy.mil or faxed to 301-757-0200. Questions and comments shall list the contractor?s point of contact by name and must include contacting information. Prospective offerors planning to attend the site visit must schedule the visit and complete a Contractor Base Access Form prior to the visit. The visit can be scheduled and forms obtained through LTJG Barry Stallings by calling 301-757-1417 or emailing barry.stallings@navy.mil. Completed forms must be returned to Mr. Stallings prior to September 8, 2004 at 3:00pm. Offerors are limited to two (2) attendees. Failure to attend the site visit shall not constitute grounds for a claim following award regarding information that would have otherwise been available to the offeror during the site visit. The Naval Air Warfare Center Aircraft Division (NAWCAD), VX-1 has a requirement to procure carpeting for multiple areas as follows: CLIN 0001, 32 ounce Olefin rollout level looped carpet, medium to dark blue. (Government?s Estimate is 500 square yards). CLIN 0002, 28 ounce Olefin rollout level looped carpet, medium to dark blue. (Government?s Estimate is 550 square yards) CLIN 0003, 36 ounce, or better, woven cut pile carpet, medium to dark blue, with a 5/16 frothed foam pad, or equal or better pad in accordance with manufacturers recommendation. (Government?s Estimate is 168 square yards) CLIN 0004, 4? Cove Base, black, (Government?s Estimate is 2460 Linear feet). Cove base will be used in all areas. CLIN 0005, Commercial grade Track and Inserts, for covering carpet seams in all doorway thresholds. (Government?s estimate is for 40 each for 36?, 9 each for 44?, and 3 each for 72? (totals 171 Feet)) The Contractor is to remove and dispose of existing carpet and cove base; prepare floor and wall surfaces; install new carpet (glue down), cove base, and track and inserts in accordance with the manufacturer?s recommendations. Samples and specifications for proposed carpet type, grade, color, and quality proposed must be provided with each proposal. Color selections will be contingent upon availability of a color suitable to NAVAIR. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. FOB Destination terms are required. Work will be performed at: VX-1, Bldg 305, 47298 Tate Rd, Patuxent River, MD 20670. The period of performance for this effort is six months After Receipt of Order. The Contractor shall coordinate scheduling and all work with the designated Technical Point of Contact (TPOC). Once work begins the contractor shall have two weeks to complete the project. The clause at 52.212-1, Instructions to Offerors-Commercial Items, (Jan 2004) is incorporated by reference and applies to this acquisition. The Government will award in accordance with FAR part 13 on a competitive, best value basis. The Government reserves the right to award to other than the low offeror based on best value to the Government. Clauses: 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan. 2004) 52.212-2 --Evaluation - Commercial Items (Jan 1999). The government will award a contract resulting from 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: (i) Technical, (ii)Price and (iii) Past Performance. Technical and Past performance when combined are approximately equal when compared to price. For evaluation purposes the Offeror?s quote shall consist of: (a) TECHNICAL: Technical specifications and samples of proposed materials. Samples will not be returned to the offeror. However; may be picked up from the Technical Point of Contact within one week following contract award. (b) PRICE: Quotes shall contain price breakouts for individual material elements and for fully burdened labor totals. (c) PAST PERFORMANCE: Documentation for up to 3 projects completed within the last three years. Projects must be similar in size and scope to the effort being proposed (carpet or flooring installation). Offerors must provide project title, date completed, dollar amount, point of contact, telephone, telefax and if available, e-mail address for each project. The government will validate past performance through verbal communication and assess an overall rating of very good, good, satisfactory and unsatisfactory. (d) REPS AND CERTS: Completed copy of provision FAR 52.212-3, Offeror's Representation and Certifications-Commercial Items (May 2004). The provision can be copied from www.arnet.gov. FAR 52.212-4 Contract Terms and Conditions ?Commercial Items (Oct 2003) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders ? Commercial Items (June 2004), is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-3, Convict Labor (June 2003)(E.O. 11755), 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003), 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2004) is incorporated by reference, for paragraph (a) N/A, however, for paragraph (b) only the following clauses apply: 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002), 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). Quotes are due to Mr. George Seabolt, Contract Specialist by 3:00 P.M. Local Time, September 15, 2004. Questions regarding this notice should be addressed to George Seabolt at (301) 757-9715, or email, George.Seabolt@navy.mil or fax (301) 757-0200.
 
Place of Performance
Address: VX-1,, Bldg 305,, 47298 Tate Rd,, Patuxent River, MD
Zip Code: 20670
Country: USA
 
Record
SN00664575-W 20040904/040902212909 (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.