Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2007 FBO #2076
SOLICITATION NOTICE

S -- Remove and Install Floor Covernings Bldg 1302 Bolling AFB, D.C.

Notice Date
8/1/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1A3B47102A200
 
Response Due
8/10/2007
 
Archive Date
8/25/2007
 
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 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-18. The North American Industry Classification System code is 238330 at $13 million size standard. Purchase Request No. F1A3B47102A200 is a Request for Quotation (RFQ). Quotations are being requested no later than 10 August 2007, at 4:30 p.m., Eastern Standard Time. The solicitation is issued at 100% set aside Services Disabled Veteran Owned Small Business (SDVOSB). If no quotations are received from eligible SDVOSB concerns, the solicitation will be set aside 100% for SMALL BUSINESS CONCERNS pursuant to FAR PART 19. Small business concerns shall submit quotes by close of business on the cutoff date mentioned herein this solicitation to be considered; in the event this requirement is not set-aside for SDVOSB concerns. The resulting purchase order shall be Firm-Fixed Price. LINE ITEM 0001: $________. The contractor shall remove and replace approximately 2,300 square yards of carpet and 1,000 linear feet of cove base at building 1302, Bolling Air Force Base, Washington, D.C. in accordance with the information below and the detailed Statement of Work to be distributed at the site visit. If an amendment is issued, the acknowledgement and receipt of amendments shall be included with the offer. All FAR clauses and provisions may be reviewed and/or obtained from the Air Force FAR web site at Internet address http://farsite.hill.af.mil/. Registration with the Central Contractor Registration (CCR) is mandatory in accordance with DFARS 252.204-7004. Request for payment must be submitted via the Internet through the Wide Area Workflow Receipt and Acceptance (WAWF RA) system at https://wawf.eb.mil. Usage of the system is at no cost to the contractor and training will be provided at http:// www.wawftraining.com. A site visit will be conducted on 6 August 2007 at 11:00 a.m. A detailed Statement of Work and Performance Plan will be given to all attendees present. Offerors who plan to attend should fax (202)767-7896, or email wesley.beemer@bolling.af.mil and maria.williams@bolling.af.mil a list of attendees to include names, Social Security Numbers, Drivers License Numbers and State of issue as soon as possible and no later than 03 August 2007 at 11:30 a.m. for security processing. Failure to respond in a timely manner may result in delay or denial of access to the installation. Please arrive for the site visit 30 minutes prior to site visit time. Questions should be submitted in writing via email to wesley.beemer@bolling.af.mil, phone: (202) 767-8030 or the aforementioned fax number. Submit signed and dated offer to: 11th Contracting Squadron/LGCF, Attn: Wesley Beemer, 110 Luke Ave, Suite 240, Bolling AFB, D.C. 20032 at or before 4:30 P.M. Eastern Standard Time, 10 August 2007. Responses/offers may be sent by mail to the above address, faxed (202) 767-7896, or sent electronically. An official authorized to bind your company shall sign the offer. DESCRIPTION OF SERVICES. The contractor shall provide all plant, labor, equipment, tools, materials, transportation, supervision, and other items and services necessary to remove existing carpet and cove base and install new carpet and cove base in building 1302 side hallways and common areas at Bolling Air Force Base, Washington, DC. The following work description shall serve as general information only and shall not limit contractor responsibility or obligations to conform to all state, local laws, and manufacturer recommendations. The estimated area for installation is approximately 2,300 square yards of carpet and approximately 1000 linear feet of cove base. All measurements and quantities are approximate. The contractor is responsible for verifying all quantities and measurements. The contractor shall take up and remove the existing tile and cove base. Ensure bare floors are flash patched, leveled, and prepared for installation of the following tile materials: TILE: Manufacturer: Mohawk Style: Sienna Color: TBD Size: 2ft x 2ft Tiles COVE BASE: Manufacturer: Roppe Color: TBD Style: TV 8P 1/8in Vinyl Size: 4in X 1/8in Provide an additional 10% replacement tiles to allow for cutting and matching of tile pattern repeat. Provide transition strips or protective edges where tile meets other flooring material. EQUIPMENT AND OFFICE FURNITURE MOVING: The using organization will be responsible for coordinating services for removing equipment, office and modular furniture prior to carpet installation. REMOVAL AND DISPOSAL. In removing cemented rubber or vinyl-backed material, the contractor may cut the materials into strips or, if necessary, remove with an electric floor stripper. All floors shall be thoroughly cleaned; all existing adhesive residue, debris and cuttings left from the old tile shall be disposed of. Existing tile and tile installation waste shall be disposed of by the contractor at an off base reclamation site that meets all local, County, State and Federal regulations. The cost for using these facilities compared with the cost for landfill fees shall be provide to the government for cost comparison. A search for location can be found on line at: http://flooring.dupoint.com/NASApp/dcf/LocationFinderServlet. Carpet contain hazardous substance shall be disposed of in accordance with hazardous waste regulations. CONTRACTOR REQUIREMENTS: All work shall be performed by contractor/installers who are CFI Certified Floor covering Installers (International Certified Floor covering Installer Association) or manufacturer approved installers. COORDINATION. The point of contact for this project is the 11th Civil Engineer Squadron QAP, Mr. Carl Buono at (202) 767-8620. GOVERNMENT FURNISHED ITEMS AND SERVICES. Water, electrical power, lighting and restroom facilities will be made available to the contractor by the government in the performance of their work. EVALUATION OF PROPOSALS: The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, pricing and other factors considered. Past performance as well as other factors shall be used to evaluate offers in accordance with FAR 52.212-2 (a) Evaluation-Commercial Items. FAR PROVISIONS INCORPORATED BY REFERENCE: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions, 52.207-2 Notice of Cost Comparison (Negotiated), 52.212-1 Instructions to Offerors-Commercial Items, 52.215-1 Instructions to Offerors- Competitive, 52.215-5 Facsimile Proposals, 52.237-1 Site Visit, FAR PROVISIONS INCORPORATED BY FULL TEXT: 52.252-1 Solicitation Provision Incorporated by Reference, 52, 212-2 Evaluation- Commercial Items, 52-212-3 Offerors Representations and Certifications- Commercial Items, 52-209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters, 52.219-1 Small Business Representations (Alternate I), 52.222-22 Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 52.223-13 Certification of Toxic Chemical Release Reporting, FAR CLAUSES INCORPORATED BY REFERENCE: 52.202-1 Definitions, 52.203-3 Gratuities, 52.203-12 Limitation on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double- Sided on Recycled Paper, 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-4 Contract Terms and Conditions Commercial Items, 52.219-6 Notice of Total Small Business Set- Aside, 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 Eligible Veterans, 52.222-41 Service Contract Act of 1965, as Amended, 52.222-44 Fair Labor Standards Act and Service contract Act Price Adjustment, 52.223-3 Hazardous Material Identification and Material Safety Data, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.223-6 Drug-Free Workplace, 52.223-11 Ozone-Depleting Substances, 52.223-14 Toxic Chemical Release Reporting, 52.228-5 Insurance Work on a Government Installation, 52.232-1 Payments, 52.232-17 Interest, 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-2 Protection of Government Building, Equipment, and Vegetation, 52.242-13 Bankruptcy, 52.242-15 Stop- Work Order, 52.242-17 Government Delay of Work, 52.246-4 Inspection of Services Fixed- Price, 52.246-25 Limitation of Liability Services, 52.247-34 F.o.b. Destination, 52.249-2 Termination for the Convenience of the Government (Fixed Price), 52.253-1 Computer Generated Forms, 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alt A, 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, 252.215-7002, Cost Estimating System Requirements, 252.223-7001 Hazard Warning Labels, 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, 252.225-7002 Qualifying Country sources as Subcontractors, 252.225-7021 Trade Agreements, 252.232-7003 Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contract Modifications, 252.243-7002 Requests for Equitable Adjustment, 252.246-7000 Material Inspection and Receiving Report, 5352.237-9000 Control and Release of Inspector General Reports. FAR CLAUSES INCORPORATED BY FULL TEXT: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.212-2 (a) Evaluation Commercial Items, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.252-2 Clauses Incorporated by Reference, 52.252-4 Alterations in Contracts, 52.252-6 Authorized Deviations in Clauses, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items, 5352.242-9000 Contractor Access to Air Force Installation, 5352.223-9001 Health and Safety on Government Installations. The incorporated wage determination 2005-2103, Date 07/05/2007 is applicable. The website for the Carpet Layer wage determination is http://www.wdol.gov/sca.aspx#8.
 
Place of Performance
Address: Building 1302, Bolling AFB D.C.
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01358913-W 20070803/070801221504 (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.