MODIFICATION
71 -- Upholster Auditorium Seats
- Notice Date
- 8/8/2007
- Notice Type
- Modification
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253, UNITED STATES
- ZIP Code
- 78236-5253
- Solicitation Number
- F2MTW57089A100
- Response Due
- 7/26/2007
- Archive Date
- 8/10/2007
- Point of Contact
- Shirley Jones, Contract Specialist, Phone (210)671-2854, Fax (210)671-0674,
- E-Mail Address
-
shirley.jones@lackland.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis and 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 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 2005-17 and DFARS Change Notice 20070531. North American Industry Classification System Code 314999 and Size Standard of 500 apply to this procurement. Solicitation number F2MTW57889A100 is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted). Quotes should include delivery date, discount terms, DUNS, tax identification number, and cage code. Quotes must also be submitted on an all or none basis. Contract Line Item Numbers (CLINs) for this solicitation are as follows: CLIN 0001- Item: Pick Up Auditorium Seats Qty: 246 Unit of Issue: Each, Unit Price: _____________, Total Amount: ______________. CLIN 0002- Item: Re-Upholster Auditorium Seats Qty: 246 Unit of Issue: Each, Unit Price: _____________, Total Amount: ______________. CLIN 0003- Item: Refinish Wood Surface of Auditorium Seats Qty: 246 Unit of Issue: Each, Unit Price: _____________, Total Amount: ______________. CLIN 0004- Item: Deliver Completed Auditorium Seats Qty: 246 Unit of Issue: Each, Unit Price: _____________, Total Amount: ______________. FOB: For delivery to Wilford Hall Medical Center, Building 4550, Lackand AFB, TX 78236-5253. The Government will award a contract resulting from this solicitation to the lowest priced, responsible offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The following clauses and provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors--Commercial Items, FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation. Offerors are required to complete and update their representations and certifications online at http://www.bpn.gov and include a completed copy of this provision with their quote. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Para (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. FAR 52.219-6 Notice of Small Business Set-Aside, FAR 52.233-3, Protest After Award FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.252-2, Clauses Incorporated By Reference, fill in: http://farsite.hill.af.mil or http://www.arnet.gov, FAR 52.252-6, Authorized Deviations in Clauses, fill in: Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2), DFARS 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A, and DFARS 252.232-7003, 252.204-7003, Control Of Government Personnel Work Products. Electronic Submission of Payment Requests. Quotes may be faxed to Shirley J. Jones, (210) 671-0674, or e-mailed to shirley.jones@lackland.af.mil. Quotes must be submitted no later than 1600 hours (4:00) PM CST, 26 July 2007. Quotes must be good for 30 days. STATEMENT OF WORK RENOVATION OF AUDITORIUM SEATS FOR WILFORD HALL MEDICAL CENTER LACKLAND AFB, TX 1. Scope: All work shall be in conformance with the specifications for the repair, refinishing and re-upholstery of the Auditorium seats at Wilford Hall Medical Center as a one-time service contract. The contractor shall furnish all materials, labor, plant, tools, equipment, and services necessary to accomplish the work required. The work required includes, but is not limited to the following principal items. Pick up and removed auditorium seats, total 246 seats on 7 Sep 07 Re-upholster all auditorium seats, total 246 seats. Refinish all wood surfaces or laminate on backs, arms, sides, and tablet arms of auditorium seats, total 246 Deliver finished auditorium seats at site, total 246 on 25 Sep 07 2.Location of Work: The area of work for pick up and drop off of the chairs is the Auditorium, Building 4550, Wilford Hall Medical Center, Lackland AFB, TX. Contractor shall refinish the seating off site. 3. JOB SITE VERIFICATION: The contractor shall visit the job site to verify location, conditions and dimensions prior to starting work. 4. PICK UP, STORAGE AND DELIVERY: Items shall be picked up at the job site by the contractor. As work progresses, items shall be stored by the contractor until all seats are complete. Contractor is responsible for storage. Items shall be delivered to the job site. Handling of all materials, items, etc., shall be in a manner that will protect the materials from any damage during transport and storage at all times throughout the project. 5. SUMBITTAL REQUIREMENTS: The contractor shall provide the following submittals for Government approval prior to start of any work: a. Upholstery Sample(s): Government recommended fabric is Tribute Blue #55531 from fabric book Solutions Endavawear by Leisure or Equal. Two sets of sample(s) shall be submitted for each upholstery material required, fabric, and shall be labeled designating the manufacturer, color, number, flammability ratings, etc. Fabric and vinyl color shall be a blue, color. b. Polyurethane Foam Sample(s): If required the contractor shall repair or replace the foam in the seating and the back of chairs to match existing. Two pieces of foam sample(s) shall be submitted and shall be labeled designating manufacturer, color, number, contents, flammability rating, etc. . c. Stain sample(s): If required the contractor shall re-stain or touch up stain on any part of the wood to match existing. Two samples of stain sample(s) shall be submitted on a material compatible to the surface to receive the stain. Sample(s) shall be labeled designating the manufacturer, color, number, contents, etc. d. Laminate Sample(s): If required the contractor shall repair and replace laminate surfaces on the seating to match existing. Two samples of laminate shall be submitted and shall be labeled designating manufacturer, color, number, contents, flammability rating, etc. e. Hardware Sample(s): Two parts of each hardware item shall be submitted and shall be labeled designating manufacturer, finish number, contents, etc. All hardware shall match existing. f. Wood Sample(s): Two pieces of wood sample(s) shall be submitted and shall be labeled designating manufacturer, color, number, contents, flammability rating, etc. g. Batting: Two pieces of batting sample(s) shall be submitted and shall be labeled designating manufacturer, color, number, contents, flammability rating, etc. The Government reserves the right to reject any samples that do not satisfy the construction or color requirements. The contractor shall submit additional samples as required to obtain final sample approval. No work shall proceed without sample approval in writing in from the customer through the Contracting Officer. 6.Materials: a. Fabric: All fabric shall be 54?w, 100% Trevira polyester for FR and shall conform to ASTM-D-3597 exceeding 40,000 double rubs, heavy duty minimum 15,000 double rubs. Flame retardancy shall include the CS 191.53, California Technical Bulletin #117, Section E, Class A; NFPA 701 Small and Large Scale; UFAC, Class A; Port Authority of NY/NJ Fed Std 191, Method 5903; BIFMA, Class A; Fed Motor Vehicle Safety Std 302; Boston Fire Code 1959. Fabric shall be cleanable with solvent based cleaners. All fabric shall include a soil retardant finish, i.e., scotch guard or equal. b. Polyurethane Foam: All foam shall be high density, fire retardant, non-hardening and non-oxidizing with high resistance to alkalis, oils, grease, soaps, abrasions, moisture, mildew and tearing. Foam shall be in block form for sizing specificity. c. Stain: All wood surfaces shall be stained to match existing stain and final finish. Manufacturer?s standard finishes shall be used. d. Wood and Laminate : All wood and laminate surfaces, parts, etc., requiring repair and/or replacement shall match the existing wood or laminate in type, grain, finish, etc. Manufacturer?s standard woods shall be used. No defective, imperfect or otherwise marred woods shall be used. 7. Execution: All work shall be executed to the best practice of the trade. All non-wood surfaces adjacent to wood surfaces shall be protected from any applications, i.e., stains, sealers, etc., used for wood surfaces. All wood surfaces shall be checked to ensure that finishing will properly set. All finished materials shall be accomplished to a final finished look that will be compatible to the atmosphere and requirements of the auditorium. Any imperfections, scrapes, gouges, dents, holes, etc., shall be filled, smoothed and primed. Any fillers used shall match the existing woods and finish coats. All coating shall be compatible with subsequent coatings. All surfaces shall be cleaned of any foreign matter. All upholstery methods shall be standard and basic to deck cushion type upholstery. Cushion shall be constructed of foam block in size(s) and the specified fabric. Foam shall be covered entirely with a layer of batting. Foam and batting shall then be covered with fabric. Cushion edges shall be trimmed out with fabric covered single welt. Finished cushion shall be of single length construction. Fabric construction shall show no rough, conspicuous or ragged edges, stitching or fraying. Stitching shall match the fabric colors. Stitching shall be a standard straight stitch. Seams shall be back stitched to lock ends of seams in place. All construction shall present a neat, finished and complete appearance. Cushions shall be installed in place on each auditorium seat at the final destination WHMC Auditorium. 8. CLEAN UP: All contractor generated refuse and waste shall be hauled from the job site to a disposal area to be selected by the contractor and shall be located outside the physical boundaries of the installation. Contractor shall be responsible for any refuse spillage or overflow. Upon completion and delivery of auditorium seats, the area shall be left in a neat and vacuum-clean condition to the satisfaction of the customer through the Contracting Officer. 9. SCHEDULE: Work is to be completed by 25 Sep 2007. Area is available to the contractor through coordination with the customer through the Contracting Office at 1655 Selfridge Avenue, Bldg 5460, Lackland AFB, TX. The customer designate is Stephanie L. Ortiz, Wilford Hall Medical Center, Building #4550, Lackland AFB, TX., and can be reached at (210) 292-7172 or Jo Pinto at (210) 292-6597. 10. INSPECTION & ACCEPTANCE: 59th LS/SGALF, B4550, Lackland AFB, TX is designated as the office responsible for inspecting the work. The 59th LS/SGALF designate, Stephanie L. Ortiz, WHMC Interior Designer, is reasonable for final acceptance. Ms Ortiz can be reached at (210-) 292-7172. 11. HOURS OF WORK: Normal work hours at Wilford Hall Medical Center, Lackland AFB, TX are from 7:30 am -4:30 pm, Monday through Friday excluding holidays. Access to the worksite may be restricted to these hours and days. Work during other than normal working hours must be coordinated with the customer. 12. OCCUPANCY: The facility is unoccupied. Access to the facility requires coordination with the customer through the Contracting Officer. 13. SPECIAL WORKING CONDITIONS: The contractor shall be required to comply with AFMTC Regulation 92-1, 4 Dec 87, as pertains to fire regulation. This regulation can be viewed at the Fire Protection Branch, Lackland AFB, TX. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/LackAFBCS/F2MTW57089A100/listing.html)
- Place of Performance
- Address: 37 CONS/LGCC 1655 Selfridge Ave. Lackland AFB, TX
- Zip Code: 78236-5253
- Country: UNITED STATES
- Record
- SN01366712-F 20070810/070808225923 (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 |