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
MODIFICATION

S -- Remove and Install Vinyl Flooring and Cove Base Bldg 4455 Bolling AFB

Notice Date
9/13/2007
 
Notice Type
Modification
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1A3B47205A002
 
Response Due
9/17/2007
 
Archive Date
10/2/2007
 
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 12.6, 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. F1A3B47205A002 is a Request for Quotation (RFQ). Quotations are being requested no later than 17 September 2007 at 4:00 p.m., Eastern Standard Time. This award will be set aside 100% for Service 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 will be firm fixed-price. The contractor shall remove and replace approximately 1,150 square yards of sheet vinyl and approximately 2300 linear feet of vinyl cove base in accordance with Statement of Work. The contractor is responsible for verifying all quantities and measurements. *****THIS REQUIREMENT IS CURRENTLY UNFUNDED AND 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 sheet vinyl and cove base and install new Monoleum sheet flooring and cove base in building 4455 classroom 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 1,150 square yards of sheet vinyl and approximately 2300 linear feet for cove base. All measurements and quantities are approximate. The contractor is responsible for verifying all quantities and measurements. The performance period shall start within 30 working days after contract award. Work schedule shall be coordinated with the Quality Assurance POC (QAP), Mr. Carl Buono, prior to start of work. REMOVAL/INSTALLATION. The contractor shall take up and remove the existing sheet vinyl and cove base. Scrape all floors, fill all cracks and low areas, ensure bare floors are flash patched, leveled, and prepared for installation of the following Monoleum sheet vinyl materials: TILE: Manufacturer: Forbo, Style: Marmoleum, Vivace, Color: Donkey Island, 3407. COVE BASE: Manufacturer: Roppe, Color: Black, Style 1/8in vinyl, size: 4in x 1/8in. All seams are to be heat welded and sealed to the manufactures specifications. Remove and replace if necessary all reduced edging from carpet to sheet vinyl as needed. Provide an additional 10% replacement sheet vinyl to allow for cutting and matching of vinyl pattern repeat. 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 standard samples and specifications of actual carpet to be installed and recommended adhesives, to include Material Safety Data Sheets (MSDSs). 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 contractor 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. Disposal: 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. Tile containing hazardous substances shall be disposed of in accordance with hazardous waste regulations. After removing existing tile and cove base; 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 tile manufacturer. Contractor shall ensure large debris and tile are removed from floor prior to glue application. INSTALLATION: Installation of Monoleum sheet vinyl and cove base 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 required procedures. Contractor shall scribe, cut, and fit sheet vinyl 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 sheet vinyl 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 vinyl meets other flooring materials. CLEANING: Contractor shall vacuum and mop area 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 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. SECURITY REQUIREMENTS: All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering Bolling Air Force Base, shall abide by all security regulations of the installation. Lost vehicle and entry passes shall be reported immediately to Security Forces and the Contracting Officer. The contractor shall retrieve all identification media, including vehicle passes from employees who depart the company for any reason before the contract expires. SAFETY. The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all government property provided for the contractor use. At the end of each shift, all government facilities, equipment, and materials shall be secured. The contractor shall be responsible for providing and placing all barricades and safety devices during any activities and comply with all Occupational Safety and Health Standards (OSHA). HOURS OF OPERATIONS. Hours of operation for this work requirement shall be weekends and nights to be completed in a five to six week time frame. Hours: 1730-0200 Monday through Friday, 0700-1800 Saturday and/or Sunday. If contractor requires a different work schedule, a written justification must be submitted to the Government Quality Assurance POC(QAP) for approval. FEDERAL HOLIDAYS. The following is a list of Federal Holidays observed by this installation: New Years Day, Labor Day, Inauguration Day, Martin Luther King Jr. Birthday, Columbus Day, Presidents Day, Veterans Day, Memorial Day, Thanksgiving Day, Independence Day, Christmas. PERFORMANCE DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. All services to be performed under this contract have been determined to be essential for performance during crisis according to Department of Defense Instruction (DODI) 3020.37 and Air Force implementation thereof. COORDINATION. The point of contact for this project is the 11th Civil Engineer Squadron QAP, Mr. Carl Buono at (202) 767-8620 or Mr. Joe Bassett at (202) 767-1255. QUALITY ASSURANCE. According to the Inspection of Services clause, the government shall evaluate contractor performance using customer complaint and periodic methods of surveillance. GOVERNMENT REMEDIES. The Contracting Officer shall enforce corrective measures in accordance with applicable policies and procedures for contractor failure to perform satisfactory services or failure to correct non-conforming services. 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. WARRANTY. The contractor shall provide a written warranty agreeing to repair or replace new tile in the event materials or workmanship fails within the specified warranty period. Warranty documents shall include care and cleaning instructions to prevent the use of improper cleaning solutions. THE GOVERNMENT WILL 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: Contractor standard inspection procedures shall be used. Delivery/Acceptance will be at Building 4455, Bolling AFB, Washington DC 20032. Delivery of all supplies will be no later than 30 days ADC to this address. Contractor shall offer the Government the same warranty commonly accepted in similar commercial purchases. All interested contractors are to submit a quotation by the solicitation due date. LIST INDIVIDUAL COST ITEMS IN YOUR QUOTATION such as labor, price per square foot for carpet, price per linear foot for cove base, and price for moving furniture 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: Addendum to FAR 52.212-2 Evaluation-Commercial Items applies to this acquisition, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and past performance will be the factors used to evaluate offers. However, when combined, past performance is significantly more important than price. 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, 52.219-8 Utilization of Small Business Concerns, 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, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report, 252.247-7006 Removal of Contractor 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 4:00 p.m. Eastern Standard Time, 17 September 2007 to 11th CONS/LGCF 110 Luke Ave, Bldg 5681, Suite 240, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to wesley.beemer@bolling.af.mil. An official authorized to bind your company shall sign the offer. There will be a SITE VISIT at Building 1300 on Bolling AFB on 12 September 2007 at 11:00 am. It is highly recommended that the contractor attend the site visit; however, it is acceptable to submit a quotation without attending. For all contractors planning to attend, send a fax or email with the following information for each attendee to be present at the site visit: Company Name, Address, Phone Number, Email, Attendee Names, SSN, and DOB. Faxes will not be accepted after 10 September @ 2:00 p.m. A map of the base can be obtained at the South Gate Visitors Center. 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/. 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. The incorporated wage determination WD 05-2103 (Rev -4) dated 10 July 2007 is applicable. The website for this wage determination is http://www.wdol.gov/wdol/scafiles/std/05-2103.txt. Registration with the Central Contractor Registration (CCR) is mandatory to be eligible for award in accordance with DFARS 252.204-7004. A contractor can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. Questions concerning this solicitation should be addressed to Wesley Beemer, Contract Specialist, Phone (202) 767-8030, FAX (202) 767-7896, E-mail to wesley.beemer@bolling.af.mil.
 
Place of Performance
Address: Building 4455, Bolling AFB, DC
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01405811-W 20070915/070913222025 (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.