MODIFICATION
Z -- Remove and install carpet and vinyl base at building 340.
- Notice Date
- 10/24/2006
- Notice Type
- Modification
- NAICS
- 442210
— Floor Covering Stores
- 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-FE461362700033
- Response Due
- 11/3/2006
- Archive Date
- 4/1/2007
- Small Business Set-Aside
- Total Small Business
- Description
- DATE: 12 October 2006 STATEMENT OF WORK Project Number GHLN 06-1098 Install carpet and vinyl base in building 340 NOTE CHANGES: a. The response date is changed from 26 Oct 2006 to 3 Nov 2006. b. Clauses were inadvertently omitted from the original posting. Clauses are now included. They are located directly after the statement of work. c. Clarification of offeror's question. Question: Should the carpet be laid to use the least amount (more seams) or should it be laid to have the least seams? In particular the offeror is considering the long hallways in this building. Answer: Refer to paragraph 2.d. This paragraph requires that carpet be laid with a minimum of seams, among other things. However, the government doesn't expect carpet installed in long hallways to be without seams. 1. GENERAL: a. Carpet and vinyl base are not government furnished. Contractor shall supply carpet and vinyl base and deliver it to building 340 for installation. See attached drawings for locations of new carpet and vinyl base. b. All other materials (adhesives, edge strips, floor stone, seam joining materials, etc.) are to be furnished by the Contractor and of a type suitable for the purpose intended. c. There is existing carpet to be removed. Contractor is responsible for off-base disposal. d. There is asbestos containing floor tile in the areas of work outlined in this contract. Care needs to be taken during the removal of existing carpet to not disturb the ACM tile beneath. e. Hazardous Materials (HM) Approval. Contractor shall submit a Materials Safety Data Sheet (MSDS) for each chemical and/or compound proposed carpet or vinyl installation to the Base Bioenvironmental Office (90 ADOS/SGGB) for review and approval prior to delivery to the base. A HM is defined in Federal Standard DED-STD-313D, Tables I and II. The definition of materials presenting a health or physical hazard is found in OSHA 29 Code of Federal Regulations 1910.1200(c). f. Hazardous Materials Management. All HM shall be managed, stored and monitored in full compliance with all applicable local, state, federal and Air Force regulations. Contractors who bring hazardous materials onto FEW AFB without authorization are responsible for any punitive or regulatory actions. Contractors are responsible for proper disposal of containers/hazardous material. Flammable liquids shall be stored in an approved fireproof storage cabinet. All chemicals shall be secured and properly stored when not in use. g. Prohibited Hazardous Materials. Prohibited materials include those that contain Class 1 ozone-depleting substances (including CFCs, halons, carbon tetrachloride, methyl chloroform and methyl bromide) per Air Force Policy and as regulated by Title VI of the Clean Air Act, specifically Sections 601-607. Other prohibited construction materials include lead (i.e. lead-based paint), asbestos, PCBs or other hazardous substances. h. New and Recycled Materials and Equipment Purchasing. All materials shall be new or newly manufactured using recycled materials unless otherwise indicated. All materials (both new and recycled) shall be the most suitable and highest grade and type for the intended use unless otherwise indicated. They shall be produced by a manufacturer regularly engaged in manufacturing or fabricating similar products with a history of successful production acceptable to the Contracting Office. When names of manufacturers or models are listed, the purpose is to give examples of products meeting the specifications and to provide a basis for comparison subject to the following: (1) The product is equivalent to the specified product meets or exceeds the requirements of the specifications and is otherwise suitable for the intended use. (2) The warranty meets or exceeds that of the specified product and the requirements of the specifications. (3) The Contractor coordinates the installation and makes any necessary schedule changes at no additional cost to the Government. (4) The Contractor waives claims for any time extension associated with the use of the product. i. Recycled Product Purchases. Contractors must comply with guidelines and requirements of The Air Force Affirmative Procurement Program for the purchase and use of recycled material. This is required by Presidential Executive Order and Section 6002 of the Resource Conservation and Recovery Act (RCRA) (42 U.S.C. 6962). The use of recycled products is mandatory unless they are not available within a reasonable time frame, or if the cost exceeds the cost of a non-recycled item or if they do not meet the technical requirements of the project, or if they are not available from at least two (2) sources so as to maintain a satisfactory level of competition. The construction materials included under this requirement are all types of carpet made of polyester fiber and floor tile containing recovered rubber or plastic. The use of other recycled products is encouraged. j. Recycled Products Reporting. Contractors must compile a "Recycled Products Report" for the Resource Recovery and Recycling Manager at 90 CES/CEV listing the total quantity recycled products used. Submit the report through the COAR at the end of the contract period or at the end of the calendar year, whichever comes first. k. Material Storage. Contractors shall protect materials during delivery, storage, handling and installation per manufacturer's printed instructions. Materials should be delivered in original containers or packaging with labels intact. Storage locations shall not interfere with work of other trades. Acceptable temperature and humidity conditions must be maintained. Work areas shall be enclosed, watertight, and heated as necessary to protect finish materials during and after installation. l. Affirmative Procurement Guidance. The use of recycled material shall follow requirements based upon Department of the Air Force Space Command Affirmative Procurement Program Policy and Guidance Letter dated 8 April 2002. The main legal requirements for an Affirmative Procurement Program (APP) are derived from Executive Order 13101 dated 14 September 1998 (http;//www.ofee.gov) and the Resource Conservation and Recovery Act (RCRA) Section 6002 (http://www.ornl.gov/ornlp2/sec6002.htm). This policy requires action by the Federal Government or its authorized agents to make more efficient use of natural resources by maximizing recycling and preventing waste whenever possible. Specifically, it mandates procurement of the five EPA guideline items; calls for review of government plans and specifications to eliminate virgin material requirements; requires recycling programs and requires consideration of: recovered materials use, reuse of products, life cycle cost analysis, ease of recycling, and use of environmentally preferable products. 2. CARPET INSTALLATION (Direct glue down method): a. Repair holes, cracks, depressions and rough areas using materials suitable for the purpose intended; grind raised areas and ridges to a smooth, level surface. Sweep floor clean of all foreign materials before installation. b. Remove and cut off all doors that touch carpet surface. c. Do not remove/replace baseboard unless directed otherwise. Details provided at site visit. d. Install carpet wall to wall in areas indicated: spread adhesive with a notched trowel (full coat under all carpet areas). Installed carpet shall be smooth, uniform and secure with a minimum of seams; run seams toward light where practical with carpet pile in the same direction and patterns accurately matched; seams at doorways centered directly under doors; treat all seams with a seam adhesive. Install aluminum, vinyl or rubber edge strips at all carpet edges that meet hard surface flooring. Trim edges at walls straight and true. 3. CLEAN-UP: When complete, remove all debris, scraps and foreign matter. Remove any soiled spots or adhesive with appropriate spot remover. Remove any protruding face yarn with sharp scissors. Vacuum carpet to remove all small debris, dust footprints, etc. Scraps smaller than 2' x 3' shall be disposed of. Pieces larger than 2' x 3' but less than 12' x 10' shall be rolled and tied and left in the building unless directed otherwise. 4. SPECIAL CONDITIONS: Carpet: Shaw, Style Flurry Teklok ?, Color: 08720 Java, or comparable. a. All areas where carpet is installed will require vinyl cove base. Vinyl base color to be selected by the user. b. Carpet required is approximately 18,528 SF. Vinyl coving required is approximately 3800 LF. c. The Contractor is responsible to verify all quantities and measurements for carpet and vinyl base installation. d. Site visit will be held on 20 Oct 06 at 90 CONS, FEWAFB. Please call Gloria Hutchinson/307-773-3321 to make an appointment. CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration JUL 2006 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2006 52.212-1 Instructions to Offerors--Commercial Items JAN 2006 52.212-3 Offeror Representations and Certifications?Commercial Items (Find at http://www.arnet.gov/far/) SEP 2006 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2005 52.212.5 Contract Terms and Conditions required to Implement States or Executive Orders--Commercial Items SEP 2006 52.222-20 Walsh-Healey Public Contracts Act Dec 1996 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.212-7000 Offeror Representations and Certifications-Commercial Items JUN 2005 CLAUSES INCORPORATED BY FULL TEXT 52.237-1 SITE VISIT APR 1984 (a) Offerors or quoters 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. (End of clause) 52.252-2 Clauses Incorporated by Reference FEB 1998 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.government/far/ 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. OCT 2006 (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. ____ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) ____ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (2) ____ 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (APR 1996) (15 U.S.C. 637). (3) ____ 252.219-7004, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (Test Program) (JUN 1997) (15 U.S.C. 637 note). (4) ____ 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). (5) ____ 252.225-7012, Preference for Certain Domestic Commodities (JUN 2004) (10 U.S.C. 2533a). (6) ____ 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005) (10 U.S.C. 2533a). (7) ____ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (8) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts). (9) _X_ 252.225-7021, Trade Agreements (OCT 2006) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (10) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (11) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (12)(i) ____ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (OCT 2006) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii) ___ Alternate I (OCT 2006) of 252.225-7036. (13) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (14) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts). (15) ____ 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). (16) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (17) _X__ 252.232-7003, Electronic Submission of Payment Requests (MAY 2006) (10 U.S.C. 2227). (18) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (19) ____ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (20)(i) ____ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) ____ Alternate III (MAY 2002) of 252.247-7023. (21) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). (2) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (3) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (4) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) 252.232-7003 Electronic Submission of Payment Requests MAY 2006 (a) Definitions. As used in this clause? (1) ?Contract financing payment? and ?invoice payment? have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) ?Electronic form? means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using one of the electronic forms provided for in paragraph (b) of this clause. (3) ?Payment request? means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (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. (i) Information regarding EDI formats is available on the Internet at http://www.X12.org. (ii) EDI implementation guides are available on the Internet at http://www.dod.mil/dfas/. (4) Another electronic form authorized by the Contracting Officer. (c) 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. (d) 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. (End of clause) 5352.201-9101 OMBUDSMAN AUG 2005 (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, HQ AFSPC/A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, FAX 719-554-5299, a7k.wf@afspc.af.mil. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations JUN 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, and valid vehicle insurance certificate 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.
- Place of Performance
- Address: 7505 Marne Loop, F.E. Warren AFB, WY
- Zip Code: 82005
- Country: UNITED STATES
- Zip Code: 82005
- Record
- SN01169987-W 20061026/061024225643 (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 |