Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2006 FBO #1693
SOLICITATION NOTICE

Z -- Removal and replacement of Dorm Carpet

Notice Date
7/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Marne Loop, F.E.Warren AFB, WY, 82005-2860
 
ZIP Code
82005-2860
 
Solicitation Number
Reference-Number-F1Y3DA6173A100
 
Response Due
7/24/2006
 
Archive Date
8/8/2006
 
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; quotes are being requested and a written solicitation will not be issued. Purchase Request No. F1Y3DA6163A100 is a request for quote (RFQ). The solicitation is 100% Set Aside for Small Business. The NAICS is 238330. Small Business Size Standard is $13M. This solicitation is to remove and replace existing carpet and cove base, for 30 dorm rooms located in various buildings on F.E. Warren AFB, Cheyenne, WY. Desired start date shall be on/or about the week of 7 August 2006. FOB Destination, F.E. Warren AFB, Cheyenne, WY 82005. All work shall be done in accordance with established industry standards. The contractor shall provide all personnel, equipment, tools, materials, supplies, supervision and transportation necessary to remove approximately 1000 SY and approximately 1800 LF of cove base and transition strips as necessary. The contractor will be responsible for taking his own measurements for both square yardage and linear cove base and preparing his quotation accordingly as the rooms vary in size and configuration. The contractor will dispose of, all debris from the tear out and installation off base. The existing carpet is glued down and previous removals have caused enough damage to occasionally require replacement of skim coat on the floor. The Contractor should be aware of the possiblilty of having to redo the skim coat in places before laying the new carpet and include this in his calculations. The contractor shall remove existing carpet, transition strips, and cove base, prepare bare floor for installation of new materials; provide and install new carpet and cove base as follows: CARPET: STYLE: Weavepoint Nashua II COLOR: Moonstone, 28oz with 10 year warranty or equivalent. Cove base should match existing cove base that is being removed. Installation shall be performed in a workmanlike manner and in full compliance with manufacturer's recommendations to preserve all warranties. Measurements are approximations, CONTRACTOR IS RESPONSIBLE FOR VERIFYING ALL QUANTITIES / MEASUREMENTS AND IS HIGHLY ENCOURAGED TO ATTEND THE SCHEDULED SITE VISIT, INTERESTED VENDORS WILL MEET AT THE MAIN GATE VISITORS CENTER AT 0930 20 JULY 2006. Please call if this date will not work for you or to receive information on what you will need to do to get access to F.E. Warren for the purpose of this site visit. Please submit site visit attendees to POC designated below, prior to noon 19 July 2006.PARTICIPANTS SHALL BE REQUIRED TO PRODUCE A VALID DRIVERS LICENSE, VEHICLE REGISTRATION AND CURRENT PROOF OF INSURANCE IN ORDER TO ACCESS F.E. WARREN AFB. ATTENDEES WILL BE ESCORTED AS A GROUP TO THE WORK SITE WHERE OFFERORS ARE URGED AND EXPECTED TO INSPECT THE WORKSITE where the installations are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The contractor is responsible for all field measurements in preparation of their quotes. The Government provided measurements are estimated and are provided for informational purposes only. The Government assumes no liability to their accuracy. Offerors shall obtain their own measurements accordingly. Information provided at this site visit shall not qualify the terms and conditions of the solicitation and or specifications. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, the acknowledgement and receipt of amendments shall be included with offer. Upon request, a record of the site visit will be made available to those attending the site visit. A written Notice of Award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written Notice of Withdrawal is received before award CLAUSES/PROVISIONS: FAR 212-1, Instructions to Offerors: Commercial items submission of offers (Jan 2004) Submit signed and dated offers to 90 CONS LGCAA, ATTN: Kate Schaumann (FAX 307-773-2454) NLT 1400 24 July 2006. FAR 52-212-1 (Jan 2006) Instructions to Offerors--Commercial Items. FAR 52.212-2 Evaluation of Commercial Items (Jan 1999). Evaluation factors: technical capability, price, performance and delivery requirements. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sept 2005), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (June 2006) apply to this acquisition. These additional clauses are incorporated by reference: 52.211-6 Brand Name or Equal (Aug 1999), 52.225-1 Buy American Act Supplies (Jun 2003), 52-232-33 Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); FAR 52.232-18 Availability of Funds (Apr 1984); FAR 52.242-17 Government Delay of Work (Apr 1984); DFAR 252.204-7004 Required Central Contractor Registration (Nov 2001); DFAR 252.232-7003 Electronic Submission of Payment Requests (Mar 2003), AFFAR 5352.223-9001 Health and Safety on Government Installations (Jun 1997); AFFAR 5352.242-9000 Contractor Access to Air Force Installations (Jun 2002). The Contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force Installation cited in the contract. Contractor personnel are required to wear or prominently display identification badges while visiting or performing work on the installation. The closing date for this solicitation is 1630 24 July 2006, POC is Kate I. Schaumann, Contract Specialist, Phone (307) 773-2454, FAX: (307) 773-4636, E-MAIL: kate.schaumann@warren.af.mil
 
Place of Performance
Address: F.E. Warren AFB, Cheyenne WY, 82005,
Zip Code: 82005
Country: UNITED STATES
 
Record
SN01089472-W 20060716/060714221139 (fbodaily.com)
 
Source
FedBizOpps 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.