Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

Z -- Remove and Install Gym Flooring

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 110 Luke Avenue Suite 270, Bolling AFB, DC, 20032, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1A3B47205A003
 
Response Due
9/21/2007
 
Archive Date
10/6/2007
 
Small Business Set-Aside
Total Small Business
 
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. This solicitation is a Small Business set-aside. The North American Industry Classification System code is 238330 at $13 million size standard. The contractor shall remove and replace approximately 1,000 square feet of rubber floor covering area and approximately 2,200 square feet of existing acrylic resin flooring in accordance with Statement of Work. *****THIS REQUIREMENT IS CURRENTLY UNFUNDED AND IS SUBJECT TO AVAILABILITY OF FUNDS***** DESCRIPTION OF SERVICES. The contractor shall provide all plant, labor, equipment, tools, materials, transportation, supervision, and other items and services necessary to remove existing rubber floor and loose acrylic resin in existing floor and install a new acrylic floor system in Building 15 (Gym), hallway areas at Bolling Air Force Base, Washington, DC. The following work description shall serve as general information only and shall not limit the contractor?s responsibility or obligations to conform to all state, local laws and manufacturer?s recommendations. The estimated area for installation is approximately 1,000 square feet of rubber floor covering area and approximately 2,200 square feet of existing acrylic resin flooring. All measurements and quantities are approximate. The contractor is responsible for verifying all quantities and measurements. The performance period shall start 30 working days after contract award. Work schedule shall be coordinated with Civil Engineer Squadron?s Quality Assurance Personnel prior to start of work. REMOVAL/INSTALLATION. The contractor shall take up and remove the existing rubber floor covering and any lose acrylic resin floor covering. Prepare concrete floor by shotblast and/or grinding. Ensure bare floors are flash patched, leveled, and prepared for installation of the following materials: SRS R61SL Color Flake Floor System. Prime with a SRS Degadur Primer, install SRS Degadur R61SL System with broadcast of color flakes, (colors to be selected from standard chart). Area with existing floor coat with SRS Degadur R61 Thick Roll on Color Flake Floor System. Seal with two coats of SRS Degadur R71 Clear Sealer. All products to be used accordingly to manufacture specifications and industrial standards. Provide transition strips or protective edges where tile meets other flooring material. PRE-INSTALLATION REQUIREMENTS: Before project start, the contractor shall inspect the work site and ascertain all information necessary to deliver complete performance of services. The contractor shall notify the Contracting Officer of any conditions that prevent the completion of these services. Contractor shall provide manufacturer?s standard samples and specifications of actual tiles to be installed and recommended adhesives, to include Material Safety Data Sheets (MSDS?s). SINGLE SOURCE RESPONSIBILITY: Contractor shall install materials produced by a single manufacturer for all required material, including adhesives. Materials shall be delivered to project site in original factory wrappings and containers, clearly labeled with identification of manufacturer, brand name, and pattern name, quality of grade, fire hazard classification and lot number. Material shall be delivered undamaged to the site. All damages incurred during delivery or installation shall be the sole liability of the contractor. Contractor shall comply with instructions and recommendations of manufacturer for special delivery, storage, handling and installation requirements. EQUIPMENT AND OFFICE FURNITURE MOVING: The using agency will be responsible for acquiring 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. Disposal. Existing rubber/tile and product 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. After removing existing rubber/tile; inspect and prepare the sub-floor surfaces to achieve satisfactory conditions free from cracks, holes, ridges, coating preventing adhesive bond and other defects impairing performance or appearance. Contractor shall repair minor holes, cracks, depressions, and rough areas using leveling and patching compounds as recommended by the product manufacturer. Contractor shall ensure large debris and tile are removed from floor prior to glue application. INSTALLATION: Installation of the acrylic resin floor system shall be in accordance with the recommendations, instructions and requirements of the manufacturer so as not to void any material warranty. The contractor shall be held liable for any loss of material warranty as a result of not following manufacturer?s required procedures. Contractor shall scribe, cut and fit floor system around permanent fixtures, built-in furniture and cabinets, pipes, outlets, and permanent columns, walls and partitions. Contractor is responsible for replacing cove base throughout area where tile is installed. All newly installed cove base shall have no obvious gaps from the wall. When installation is completed, all acrylic resin shall fit snugly to the floor and shall have no bulges, wrinkles, bubbles, open seams or other irregularities affecting the appearance and serviceability. Provide transition strips or protective edges where the floor system meets other flooring materials. CLEANING: Contractor shall mop area if necessary at the end of the operation; removing all cuttings and scrap materials. Glue spots and residue shall be cleaned from the newly installed floor surface and cove base using manufacturer?s suggested cleaning products. DISPOSAL: It shall be the responsibility of the contractor to remove and dispose of discarded materials at an off base site that meet all local, County, State and Federal regulations. The contractor shall not use any installation dumpster for disposal. CONTRACTOR REQUIREMENTS: All work shall be performed by contractor/installers who are CFI Certified Floor covering Installers (International Certified Floor covering Installer Association). THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES TO THIS SOLICITATION. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. INSPECTON AND ACCEPTANCE TERMS: Contractors standard inspection procedures shall be used. Delivery/Acceptance will be at Building 15, Bolling AFB, Washington DC 20332. Delivery of all supplies will be no later than 30 days ADC, to Building 15, Bolling AFB, Washington DC 20332. Contractor shall offer to the Government the same warranty commonly accepted in similar commercial purchases. All interested contractors are to submit a copy of their quotation by the solicitation due date. Quotes should list individual items (i.e., labor, price per square foot, price per linear foot, etc.) for evaluation purposes. FAR PROVISIONS INCORPORATED BY REFERENCE: 52.212-1 Instructions to Offerors-Commercial Items, 52.215-1 Alt I Instructions to Offerors ? Competitive, 52.215-5 Facsimile Proposals, 52.237-1 Site Visit. FAR PROVISIONS INCORPORATED BY FULL TEXT: 52.212-2 Evaluation-Commercial Items (Jan 1999) applies to this acquisition, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined to be the most advantageous to the government, price and other factors considered. However, when combined, Past Performance is significantly more important than price alone.. 52.212-3 Offerors Representations and Certifications-Commercial Items, 52.219-1 Alt I Small Business Program Representation, 52.222-22 Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-3 Alterations in Solicitation. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. FAR CLAUSES INCORPORATED BY REFERENCE: 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-41 Service Contract Act of 1965, as Amended, 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, 52.223-10 Waste Reduction Program, 52.223-11 Ozone-Depleting Substances, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by electronic Funds Transfer ? Central Contractor Registration, 52.233-1 Disputes, 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, 52.242-15 Stop-Work Order, 52.246-1 Contractor Inspection Requirements, 52.247-34 F.o.b. Destination, 52.253-1 Computer Generated Forms, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.223-7001 Hazard Warning Labels, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country sources as Subcontractors, 252.232-7003 Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report, 252.247-7006 Removal of Contractor's Employees, 252.247-7007 Liability and Insurance. FAR CLAUSES INCORPORATED BY FULL TEXT: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.219-28 Post-Award Small Business Program Representation, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.223-11 Ozone- Depleting Substances, 52.252-2 Clauses Incorporated by Reference, 52.252-4 Alterations in Contracts, 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 installations, 5352.223-9001 Health and Safety on Government Installations. All responses must be received no later than 4:30pm Eastern Standard Time, 21 September 2007 to 11th CONS/LGCF 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to william.mcgrew@bolling.af.mil. An official authorized to bind your company shall sign the offer. Proposals received after the due date will not be considered. THERE WILL BE A SITE VISIT AT BUILDING 15 ON BOLLING AFB ON 19 SEPTEMBER 2007 AT 1100. PLEASE CONTACT SRA WILLIAM MCGREW IF YOU ARE PLANNING TO ATTEND NO LATER THAN 1500 ON 18 SEPTEMBER 2007. The incorporated wage determination WD 05-2103 (Rev -4) dated 5 July 2007 is applicable. The website for this wage determination is http://www.wdol.gov/wdol/scafiles/std/05-2103.txt. 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 via the internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. Questions concerning this solicitation should be addressed to SrA William McGrew, Contract Specialist, Phone (202) 767-8090, FAX (202) 767-7896, E-mail to william.mcgrew@bolling.af.mil.
 
Place of Performance
Address: 200 Luke Ave SW, Bolling AFB, DC
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01405805-W 20070915/070913222016 (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.