Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2006 FBO #1752
SOLICITATION NOTICE

Z -- Carpet Tile Installation/Carpet Removal

Notice Date
9/11/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785406R9093
 
Response Due
9/24/2006
 
Archive Date
9/25/2006
 
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 combined synopsis/solicitation is issued as a request for proposal (RFP) M67854-06-R-9093 with incorporated provisions and clauses in effect through Federal Acquisition Circular 2001-12. The solicitation is set-aside 100% for small business. The NAICS is 238330. The Small Business Size Standard is 13M. Contract Line Items: 0001 ? Furnish Carpet Tile (2,570 square yard (sy)); 0002 ? Install Carpet Tile (2,618 sy); 0003 ? vertical lift installation (1,940 sy); 0004 ? Furnish Pressure Sensitive Carpet Tile adhesive (34 pails at 4 gallon each); 0005 ? Furnish 1/8 feet x 4 feet vinyl cove base (37 ctn); 0006 ? Furnish 1/8? x 6? vinyl cove base (2 ctn); 0007 ? Furnish cove base adhesive (6 pails at 4 gallon each); Installation of vinyl base (4,680 Linear yard (LY)); 0007 ? Provide and Install Transition Strips (60 Linear Feet (LF)); 0008 ? Remove and dispose of existing carpet (2,618 SY); 0008 ? Remove and dispose of existing cove base (4,680 LF)); 0009 ? Preparation and patching of existing subfloor for new carpet tiles (23,562 square feet); Provide and install entry carpet tiles (60 sy); DESCRIPTION: This solicitation is to remove and replace approximately 28,824.3 square yards of existing carpet located on the second deck of the Marine Corps Warfighting Laboratory, Building 3255 Meyers Avenue, Quantico, VA 22134. Desired start date shall be in early October, 2006. A site visit is required to obtain measurements for all offices and hallways. Measurement of the area to install the new carpet tile must be made prior to response date. September 20, 2006 at 9:00 a.m. through 4:30 p.m. (eastern standard time (EST)) has been set-aside to allow interested parties to conduct site visit. T he site visit is mandatory, since contractors must take measurements of the area to lay the carpet. Submit the names of all attendees via fax or email no later than 1:00 p.m. (EST) on 19 September 2006. Send a fax to 703-784-1117 and/or email to Beverly.j.williams@usmc.mil. Send email to Ms. Williams to request a time for the 20th of September. All attendees shall meet at Newlin Hall at 3255 Meyers Avenue, Quantico, Virginia 22134. Please have a current driver's license, registration, insurance as it will be required to enter the Military installation. Contractor is responsible for verifying all quantities/measurements interested contractor shall meet at 3255 Meyers Avenue, Building 3255, Quantico, Virginia on 20 September 2006 at scheduled time. All interested parties must contact Ms. Williams to schedule a time on the 20th of September to visit the site. Contractors are 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 against the government. The contactor is responsible for all 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. 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. The Government may accept an offer, whether or not there are negotiations after its receipt, unless a written Notice of Withdrawal is received before award. STATEMENT OF WORK Install carpet tiles, vinyl cove base, and cove base in offices and hallways of Building 3255 (Newlin Hall), 2nd deck located at Meyers Avenue, Quantico, Virginia. 1. Scope: The work covered by this Statement of Work includes the furnishing of all labor and materials necessary to install carpet tiles in office spaces/hallways and remove/dispose of existing carpet. 2. Task: The contractor shall perform the following tasks: 2.1. Remove all old carpeting and padding on the 2nd deck of Newlin Hall. 2.2 Move furniture in the office spaces to facilitate the installation. 2.2. Remove and dispose of all old cove base from the walls and install new cove moldings. 2.3. Prepare and patch existing sub-floor for new carpet tiles. The contractor shall use the proper adhesive and materials to install carpet tile. 2.4. Install new carpet in office spaces and hallways. 2.5 Provide and install welcome entry carpet tiles. Color to be determined. 2.6. Provide pressure sensitive carpet tile. 2.7. Provide and install transition strips. 2.8. 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 the government. Excess and waste material shall be removed and disposed of off Government property. 2.9. Color: The contractor shall bring to the site visit a color pallet of possible colors. The government will select the color of carpet tile. (End of Statement of Work) FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. The following FAR and DFARS provisions also apply: 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. The provision 52.212-2 Evaluation Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous (best value) to the Government. 52.212-3 Offerors Representation and Certifications Commercial Items apply to this acquisition. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items applies to this acquisition, specifically, the following cited clauses: 52.215-5, 52.219-1, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.225-3, 52.232-33. The following FAR and DFARS clauses also apply: 52.215-5, 52.233-3, 52.233-4, 52.237-2, 52.222-41, 52.222-42 (Laborer, WG-2, $12.55), 52.246-4, 52.253-1, 252.204-7003, 252.204-7004 Alt A, 252.212-7001, 252.223-7006, 252.225-7001, 252.225-7002, 252.247-7023, 252.247-7023 Alt III. All responses must be received no later than 1630 (4:30 PM) EST on 24 September 2006 to Beverly Williams via fax at 703-784-1117/1379 or email at Beverly.j.williams@usmc.mil. Proposals shall include the following information: solicitation number, name, address, telephone number, cage code, DUNS, TIN, terms of expressed warranty, quantity, unit price, and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Any questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Beverly J. Williams, Contract Specialist. Point of Contact Beverly J. Williams, Contract Specialist, Phone: 703-784-0614, Fax 703-784-1117/1379, Email: beverly.j.williams@usmc.mil. Alternate point of contact is Mr. Ira Patterson, Contracting Officer, Phone (703) 432-0982, email: ira.patterson@usmc.mil Place of Performance Address: 3255 Meyers Avenus, 2nd Deck Quantico, VA Postal Code: 22134 Country: UNITED STATES
 
Record
SN01140156-W 20060913/060911221802 (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.