Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
SOLICITATION NOTICE

N -- Supply and Installation of Carpet

Notice Date
9/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
F1A3B46235A100
 
Response Due
9/19/2006
 
Archive Date
10/4/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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. This solicitation is issued as Request for Quote (RFQ) No. F1A3B46235A100. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12. This is a 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE. The North American Industry Classification System code is 238330 (formerly SIC code 1752) at 500 employee size standard. All work shall be done in accordance with established industry standards. The contractor shall provide all personnel and equipment, tools, materials, supplies, supervision and transportation necessary to remove approximately 1350 square yards of carpet and approximately 2500 linear feet of vinyl wall cove base and transition strips as necessary. The contractor shall not be responsible for the removal or reinstallation of furniture and/or government equipment. 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: Manufacturer: Collins and Aikman Style: Voyager (18?x18?) and rolled goods (12? Width) Color: Mars 20606 Pile content: 6.6 Heat Set Staple Nylon with permanent static control and heat resistant technology Weight: 84.7 oz per square yard. COVE BASE: Manufacturer: ROPPE Color: P 100 Black Size: 4? Gauge: 1/8? Contractor shall provide 10% overage materials for future repair and/or replacement. The contractor shall dispose of all materials removed and any rubbish created as a result of this project. Installation shall be performed in a workmanlike manner and in full compliance with manufacturer?s recommendations to preserve all warrantees. Contractor is responsible for verifying all quantities/measurements and is HIGHLY encouraged to attend the scheduled site visit, interested vendors will meet at the Bolling Visitor Center (bldg 13) on 13 September 2006 at 0900, where offerors or quoters will convoy to the site visit location. Vendors 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 contactor 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. Participants shall be required to provide a valid Driver?s License, vehicle registration and current proof of insurance in order to access Bolling AFB. 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 offer?s 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. 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. ***Addendum to 52.212-3 Offerors Representation and Certifications ? Commercial Items applies to this acquisition. A completed copy of the offerors representation and certifications should be provided with the offer. It is highly encouraged that offerors enter their representations and certifications in the Online Representation and Certification Application (ORCA) website. ORCA is located at the following address: https://orca.bpn.gov/ FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items applies to this acquisition, specifically, the following cited clauses: 52.209-6, 52.215-5, 52-219-27, 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. AFFARS CLAUSES: 5352.242-9000, and 5352.223-9001 All responses must be received no later than 1630 (4:30 PM) EST on 15 Sept 06 to 11 CON/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail, facsimile or email. 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 Damon Nevils, Contract Specialist, Phone (202) 767-8048, FAX (202) 767-7896, E-mail:damon.nevils@bolling.af.mil. Alternate point of contact is Ms. Maria B. Williams, Contracting Officer, Phone (202) 767-8103, email: maria.williams@bolling.af.mil
 
Place of Performance
Address: BLDG 4455, BOLLING AFB, WASHINGTON DC
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01137894-W 20060910/060908221145 (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.