Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

78 -- Purchase and Install Carpet

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
451110 — Sporting Goods Stores
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
Reference-Number-F3H3D86206A100
 
Response Due
9/9/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for Fedbizopps Announcement F3H3D86206A100 This is a combined synopsis/solicitation, no separate solicitation document will be issued. The statement of work for this project includes, but is not limited to, design, material, and procurement, to provide a complete and usable product to the Government. The contractor shall provide all labor, materials, equipment, transportation, and supervision required to furnish and install playground carpet at the Youth Center. All work shall be accomplished in accordance with, but not limited to the contract, statement of work, common work practices, and industry standards. Site Visit: Friday, September 1, 2006 @ 1000 A site visit WILL BE HELD ON Friday, September 1, 2006 @ 1000CDT. This site visit is mandatory, since contractors must take measurements of the area to lay the carpet.. Send a fax to 402-294-4069, email to eric.williams3@offutt.af.mil, or mail to Attn: Eric Williams, 55 CONS/LGCA, 101 Washington Square, Offutt AFB, NE 68113-2107, with the name of persons who will be attending by 4:00 PM CDT on Thursday, August 31, 2006. Prior to faxing, send an e-mail to eric.williams3@offutt.af.mil or call 402 232-0103 to confirm receipt of transmission. 1. Scope: The work covered by this statement of work includes the furnishing of all labor, materials and equipment necessary to furnish and install carpet surface SurfacePlay, or equal, for the playground at the Youth Center. 2. Measurements: Measurement of the area to install to the carpet must be made by the contractor at the site visit. 3. Or Equal: All or equal must meet but is not limited to the following: a. Color: Contractor must submit a color pallet of possible colors. There shall be a warranty on the color fading. The owner shall select the color. b. Heat: The carpet shall not conduct large amount of heat. c. Seams: The carpet at transition points must be flush without dips, inclines, etc. at the point where you transition from the current landscape to the carpet. Where the carpet will transition to the sidewalk, the carpet will not be higher or lower than the sidewalk. Children will be moving from the sidewalk to the carpet and tripping hazards (carpet being to high) or dipping hazards (carpet being too low) between the sidewalk and the carpet are unacceptable. The transition edge shall be designed to maintain the protective surfacing performance, support the surfacing between changes of material. d. Strength: The carpet must be able to withstand traffic and playground equipment yet contain enough cushion to withstand a fall and not cause significant injury due to the fall. The carpet must be malleable to create hills in the playground. A shock absorbent sand fill is required. e. Cleaning: The carpet must be vandal proof. Spray paint, kool-aid, etc., should be easily removable to prevent the damage and not leave staining. f. Maintenance: The carpet shall require low maintenance, which should be able to be completed under little to no supervision. g. Flammable: The carpet shall be flame resistant. h. Repairs: Repairs to the carpet shall be unnoticeable, flush, and should match the existing color scheme. i. Material: All material must be non-hazardous and safe for children. Adhesive shall be extremely high impact resistant and shall be installed as recommended by the manufacturer. The adhesive shall be non-toxic and resistant to ultraviolet. The material shall be clean, free of dust, clay, dirt, hazardous substances or foreign objects. 4. Tree line: The contractor will be required to edge around the tree line and where carpet will be installed at. 5. Disposal of Material: All debris and other material resulting from the work accomplished by the contractor under this statement of work shall be disposed of outside the confines of Offutt AFB. Excess and waste material shall be removed and disposed of off Government property. 6. Installation: Installation of the carpet shall be in accordance with the manufacturer?s specifications, handling storage, installation procedures and safety data sheets. The installer shall be certified and trained by the manufacturer. The installer shall also be experienced at installing the carpet. 7. Manufacturer's Representative: The manufacturer's certified playground safety inspector or the manufacturer's designated certified playground safety representative shall supervise the installation and adjustment of the protective surfacing to verify the installation meets the requirements of the manufacturer. 8. Work-site: The work-site shall be secured to prevent children from wandering on the site. a. Marking: Signs, tags, and labels shall be provided to give adequate warning and caution of hazards and instruction and directions to workers and the public. Signs, tags, and labels shall be visible at all times when the hazard or problem exists and shall be removed or covered when the hazard or problem no longer exists. All employees shall be informed as to the meaning of the various signs, tags, and labels used throughout the workplace and what special precautions are required: all employees shall be instructed that danger signs and tags indicate immediate danger and shall be informed of any special precautions that may be required. The area shall be protected as required or directed by providing barricades and signs. b. Clean up: Clean up shall perform at the end of work stop. All tools, equipment, etc., shall be secured. Under no circumstances should tools, equipment etc. be left unattended. When work is being performed tools, equipment, etc. not in use shall be secured or placed in holders. c. Damage: The contractor will replace damaged property vegetation, etc. caused by the installation of the material. 9. Completion: When the operation has been completed, the Contractor shall clean up and protect the site. Existing areas that have been damaged from the operation shall be restored to original condition at the Contractor's expense. The site shall be cleaned of all materials associated with the operation. Surfaces shall be cleaned of dirt, stains, filings, and other blemishes occurring from shipment and installation. Cleaning methods and agents shall be as recommended by the manufacturer and be safe for children. 10. Warranty: Furnished protective surfacing shall have a minimum 1-year calendar period warranty. 11. Spares: Protective surfacing spare parts provided by the manufacturer shall be furnished. 12. Maintenance Instruction: The manufacturer's operation and maintenance manual describing the recommended preventive maintenance, inspection frequency and techniques, periodic adjustments, lubricants, and cleaning requirements shall be furnished. 13. Re-Installation: When re-installation is required, provide new replacement materials supplied by the manufacturer (material acquisition of replacement parts is the responsibility of the Contractor). Damage caused by the failed installation shall be repaired at the Contractor's expense. Period of Performance: During normal duty hours 0730 to 1630 and be completed within 60 days. Questions or Comments: Thursday, September 7, 2006 Any questions or comments must be in a written form addressed to Eric Williams. Transmittal of the questions or comments must be made by fax to 402-294-4069, email to eric.williams3@offutt.af.mil, or mailed to Attn: Eric Williams, 55 CONS/LGCA, 101 Washington Square, Offutt AFB, NE 68113-2107, and must be received no later than 04:00 p.m. CDT on Thursday, September 7, 2006. Prior to faxing, send an e-mail to eric.williams3@offutt.af.mil or call 402 232-0103 to confirm receipt of transmission. Combined/Solicitation Closing Date: Friday, September 8, 2006 Each offeror shall sign his/her quote. Responding offerors must provide their company name, contact with telephone number, and their signature. Transmittal of the offer must submitted in writing by fax to 402-294-4069, email eric.williams3@offutt.af.mil, or mailed to Attn: Eric Williams, 55 CONS/LGCA, 101 Washington Square, Offutt AFB, NE 68113-2107, and must be received no later than 10:00 a.m. CDT on Friday, September 8, 2006. Prior to faxing, send an e-mail to eric.williams3@offutt.af.mil or call 402 232-0103 to confirm receipt of transmission. Oral responses will not be accepted. This combined synopsis/solicitation is 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. This combined synopsis/solicitation is issued as a request for quote (RFQ) F3H3D86206A100. Any prospective contractor must be registered in the Central Contractor Registration (CCR) database & have an active registration on Online Representations and Certifications Application (ORCA) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Go to: http://www.ccr.gov/ for additional information about CCR. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add/update its ORCA record. ORCA?s website is https://orca.bpn.gov/. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02 and DFARS Change Notice 20040625. North American Industrial Classification Standard 451110, Size Standard, $6,500,000, applies to this procurement. FOB: Destination for delivery and performance to Offutt AFB, Nebraska. SERVICE CONTRACT ACT WAGE DETERMINATIONS: Can be found at: http://www.wdol.gov/sca.aspx#8 Nebraska, Sarpy County: Continue Were these services previously performed at this locality under an SCA-Covered contract? ANSWER NO Are the contract services to be performed listed below as Non-Standard Services? ANSWER NO WAGE DETERMINATION NO: 94-2325 REV (31) The provision at FAR 52.212-1-- Instructions to Offerors (Jan 2005)- Commercial Items apply to this acquisition. Quotes will be evaluated on price related factors only. THE FOLLOWING CLAUSES ARE INCORPORATED BY REFERENCE The provision at 52.212-1, Instructions to Offerors ? Commercial and 52.212-2, Evaluation -- Commercial Items applies. 52.237-1, Site Visit applies. Offerors are urged and expected to inspect the site where services 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.52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.203-6,Restrictions on Subcontrator Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligibile Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-18, Availability of Funds, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.52.252-2, Clauses Incorporated by Reference to include, clauses 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-7, Central Contractor Registration with 252.204-7004 ALT; 52.209-6, Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.232-17, Interest; 52.242-13, Bankruptcy; 52.247-34, F.O.B. Destination; 252.204-7003, Control of Government Personnel Work Product; 252.243-7001, Pricing of Contract Modifications.(x) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Item to include 52.203-3, Gratuities; 252-225-7001, Buy American Act and Balance of Payment Program; 252-225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7024, Notification of Transportation of Supplies by Sea, and 5352.201-9101-AF Ombudsman clause - ACC Ombudsman follows: Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400, email: david.glowaacki@langley.af.mil.52.204-9, Personal Identity Verification of Contractor Personnel, effective 01 Jan 2006, the Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201.52.204-8, Annual Representations and Certifications , effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to https://orca.bpn.gov/ to add or update its ORCA record. All responsive offerors will be considered by the agency THE FOLLOWING CLAUSES ARE INCORPORATED BY FULL TEXT 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUNE 2002) (a) 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(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver?s license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. LOCAL REQUIREMENTS (CONDENSED) INV-B INVOICE SUBMITTAL Contractors can register and begin submitting electronic invoices immediately through the Wide Area Workflow Receiving and acceptance Internet site: https://wawf.eb.mil/. On-line training is available at this Internet site to vendor and government receiving officials. Contractors using Wide Area Work Flow, use the Combination Invoice/DD250. Per DFARS 252.232-7003, (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one of the following electronic forms: (1) Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA). Information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. (2) Web Invoicing System (WInS). Information regarding WInS is available on the Internet at https://ecweb.dfas.mil. (3) American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats. Information regarding EDI formats is available on the Internet at http://www.X12.org. (4) Another electronic form authorized by the Contracting Officer. (5) If the Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. (6) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. ELECTRONIC SUBMISSION OF INVOICES AND RECEIVING REPORTS IS MANDATORY in accordance with DFARS 252.232-7003 (1) ELECTRONIC SUBMISSION VIA WIDE AREA WORKFLOW (WAWF): Contractors must register and begin submitting electronic invoices immediately through the Wide Area Workflow Receipt and Acceptance Internet site: https://wawf.eb.mil. On-line training is available at http://www.wawftraining.com Use the following data elements to invoice for construction, services, or supplies procured via this contract. The award document number is located in the lower right-hand corner. SALES TAX Offutt Air Force Base is exempt from paying state and local taxed per 4 U.S.C. 104-107. The State of Nebraska State Revenue Statutes, Sec 77-2704.02 and regulation 1-12 and 1-72 implement 4 USC 104-107 and are applicable to this purchase. 55 CONS can no longer provide signed NE Form 17?s for contractors. Per FAR 52.229-3 and/or 52.229-4, applicable NE State tax costs should be included in the bid/proposal submitted by the offeror/contractor. CELL PHONE USAGE ON DOD INSTALLATION: The DoD Joint Motor Vehicle Traffic Supervision Regulation, paragraph 4-2, (Installation Traffic Code) states: ?Vehicle operators on a DoD installation and operators of Government owned vehicles will not use cell phones unless the vehicle is safely parked or unless they are using a hands-free device. The wearing of any other portable headphones, earphones, or other listening devices (except for hands-free cellular phones) while operating a motor vehicle is prohibited.? Violators may be ticketed by Offutt security personnel for failure to comply. Repeated offenses on Offutt AFB will result in the loss of on-base driving privileges and could have an adverse affect on you ability to perform your contract. REQUIRED INSURANCE (IAW FAR 28-306(b)) Reference FAR clause entitled "Insurance...? the Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. (1) Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. (2) General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of policy. (3) Automobile Liability Insurance. This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. ENVIRONMENTAL COMPLIANCE: In addition to the FAR and DFARS clauses included in this contract, (1) Contractor warrants that it is familiar with all local, county, state and Federal environmental regulations. (2) Contractor agrees to perform all required training and notifications concerning hazardous waste or materials related to contractor's activities and maintain an on-site listing of employees so trained. (3) Contractor agrees to properly manage all hazardous waste and materials related to contractor's activities. (4) Contractor agrees that it shall reimburse the Government for any penalties assessed against the Government by any Environmental Regulatory Agency for environmental violations related to Contractor activities. (5) Contractor agrees to include this provision in each subcontract.
 
Place of Performance
Address: Offutt AFB, NE
Zip Code: 68113
Country: UNITED STATES
 
Record
SN01127442-W 20060830/060828220649 (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.