Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2008 FBO #2307
MODIFICATION

72 -- Carpet Installation

Notice Date
3/19/2008
 
Notice Type
Modification
 
NAICS
442210 — Floor Covering Stores
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632, UNITED STATES
 
ZIP Code
94535-2632
 
Solicitation Number
F3ZT918035A001
 
Response Due
3/24/2008
 
Archive Date
4/8/2008
 
Point of Contact
Keith Philaphandeth, Contract Specialist, Phone 707-424-7724, Fax 707-424-0288
 
E-Mail Address
keith.philaphandeth@travis.af.mil
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation/reference number is F3ZT918035A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24 and Defense DCN 20080303. The North American Industry Classification System (NAICS) code is 442210. The business size standard is $6.5 Million. The Federal Supply Class (FSC) is 7220. The Standard Industrial Classification (SIC) is 5713. This request for quotation consists of the following items OR EQUAL: Item 0001: Carpet Replacement, See Attached Statement of Work. Items must be delivered to: 60th CMS, Bldg 16, Travis AFB, California 94535. STATEMENT OF WORK 14 January 2008 CARPET INSTALLATION FOR BUILDING - 16 1. SCOPE: Supply material, equipment, and labor necessary to perform all operations in strict accordance with these specifications and the attached drawings. 1.1 Hours of operations shall be within the hours of 7:30 AM and 4:30 PM. Clean up shall be done daily within these hours. 2. LOCATION: All work on this project is to be performed in Building 16, Travis Air Force Base, California. 3. DESCRIPTION OF WORK: The following outline of the principle features of work does not in any way limit the responsibility of the contractor to perform all work and furnish all materials to do a complete job within the intent and scope of the specifications, drawings, and contract. General construction consists of the following items: 3.1. Contractor shall be responsible for demolition of existing flooring i.e. carpet/tile and install new carpet, adhesive and floor leveling compound. The contractor shall install 855 square yards (sy) of SHAW CARPET TILE, #59342 WORK LIFE COLLECTION, EW24 CONNECT COLOR #40760 ATMOSFERA OR EQUAL; and 1800 linear feet (lf) of ROPPE 4? RUBBER COVE BASE COLOR: 47 BROWN. All work shall be coordinated through Maintenance Engineering, SrA Kevin Kang (424-0791) or Mr. Perry Owen (424-8407). 3.1.1. All adhesives for carpet installation shall be environmentally safe products meeting all requirements of the Bay Area Air Quality Management District and all other local, state, and federal environmental agencies. All MSDSs need to be submitted to environmental for approval before installation. Contact Arvey Andrews at (707) 424-7514 for submittal. 3.2. The contractor shall install approximately 855 square yards of carpet tile, and 1800 linear feet of rubber cove base. The contractor shall be responsible for field verifying existing site conditions and measurements prior to bidding. The contractor shall provide all materials and labor to complete the job as intended. 3.3. Execution: 3.3.1. Surface Conditions: Flooring shall not be installed on surfaces that are unsuitable and will prevent a proper installation. Contractor shall provide all materials necessary to properly install flooring as recommended by the flooring or adhesive manufacturer. Floor shall be free of any foreign materials and swept broom clean. 3.3.2. Installation: 3.3.2.1. Carpet: Carpet shall be installed according to manufacturer?s instructions. Carpet shall be installed direct glue down and shall be smooth, uniform, and secure, with a minimum of seams. Side seams shall be run toward the light where practical and where such layout does not increase the number of seams. Breadths shall be installed parallel, with carpet pile in the same direction. Patterns shall be accurately matched. Cut outs, as at doorjambs, columns, and ducts shall be neatly cut and fitted securely. Seams at doorways shall be located parallel to and centered directly under doors. Seams shall not be made perpendicular to doors or at pivot points. Seams at changes in directions of corridors shall follow the wall line parallel to the carpet direction. 3.3.2.2. Seams: Seams shall be uniform, unnoticeable, and treated with a seam adhesive. 3.3.2.3. Molding: Edges of carpet meeting hard surface flooring shall be protected with molding. Installation shall be in accordance with the molding manufacturer?s instructions. 3.3.3. Cleaning and Protection: 3.3.3.1. Cleaning: After installation of the flooring; debris, scraps, and other foreign matter shall be removed and disposed of by the contractor. Soiled spots and adhesive shall be removed from the face of the carpet with appropriate spot remover. Protruding face yarn shall be cut off and removed. Carpet shall be vacuumed clean with contractors own vacuum. 3.3.3.2. Protection: The installed carpet shall be protected from soiling and damage before and during installation. 4. UTILITIES: Reasonable quantities of water and electricity will be provided to the contractor without charge. Needed temporary connections shall be installed, maintained, and removed at the contractor?s expense. 5. MATERIAL STORAGE AND CLEANUP: The contractor?s materials and equipment shall be neatly stored and protected at the end of each day. Storage facilities are to be provided by the contractor. Clean up and removal of al debris, spoil, and waste shall be accomplished at the end of each day?s work. Disposal shall be off base. Upon completion, the premises shall be left in a neat, clean, unobstructed condition, in perfect order and repair. Storage area and trailer parking shall be coordinated with Maintenance Engineering. 6. WORKING CONDITIONS: The facility and adjacent area will be occupied and utilized during the construction phase. The contractor shall perform work in such a manner as to cause the minimum of interference to the facility and the surrounding area. The contractor shall be responsible for correcting any damage caused by, or incidental to, construction. The occupants will remove computers, books and any small items out of the areas to be carpeted. The occupants shall be required to receive a minimum of five working days notice to move equipment. 7. All materials are to be shipped and stored by the contractor until installation date. 8. Estimated quantities and types of materials required for this installation are as follows: CARPET Shaw Carpet Tile #59342 Work Life Collection, Connect OR EQUAL Color: #40760 Atmosfera Amount: 855 Square yards (surface measurement) RUBBER COVE BASE ` Roppe 4? Color: 47 Brown Amount: 1800 linear feet Note: ?VIT? Furniture Lift Upgrade IS included for East Section on 1st & 2nd Floor of this project. The contractor is responsible for any furniture moving/lifting in areas above. Contractor shall be responsible for any supplies needed to complete the work fully according to the statement of work. The following provisions and/or clauses apply to this acquisition. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. 52.212-3 shall be completed as noted above and submitted with the offer. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price and technical capability of the item offered to meet the Government requirement. FAR 52.232-18 Availibility of funds (only if recurring or RTE requirement). FAR 52.204-9. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6, Protecting the Government?s Interest. 52.211-6 Brand Name or Equal. 52.212-3 Alternate 1. 52.222-19, Child Labor- Cooperation with Authorities and Remedies. 52.222-3 Convict Labor. 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, Affirmataive 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. 52.222-42 Statement of Equivalent Rates for Federal Hires. 52.222-50 Combating Traficking in Persons 52.232-33, Payment by Electronic Funds- Central Contractor Registration. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contracts. 52.247-34, F.O.B. Destination. 52.253-1, Computer Generated Forms. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil; clauses may be accessed electronically in full text by going to either of these two Internet addresses. 52.252-6, Authorized Deviation in Clauses with the following fill-in: Defense Federal Acquisiton Regulation 48 CFR Chapter 2. 252.204-7004 Alt A, Required Central Contractor Registration. 252.212-7001, Contract Terms and Conditions (Deviation). 252.225-7001, Buy American Act and Balance of Payment Program. 252.225-7002, Qualifying Country Souces as Subcontractors. 252.232-7003, Electronic Submission of Payment Requsts; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. 252.247-7023 Transportation of supplies by Sea Alt III. 5352.201-9101 Ombudsman (10 Aug 05) Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson4@scott.af.mil. . Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Venders should also be registered on Online Representations and Certifications Application (ORCA) http://www.orca.bpn.gov .Contractors are asked to submit their TAX ID number with their proposal. Quotes must be received at the 60th Contracting Squadron, LGCC flight, no later that 3:00 p.m. PST on March 24, 2008. Quotes may be transmitted by e-mail or to FAX number (707) 424-2712. The point of contact for this solicitation is Keith Philaphandeth, 1LT, Contract Specialist, (707) 424-7724, keith.philaphandeth@travis.af.mil. Alternate point of contact is Amy Harshner, Capt, Contracting Officer, (707) 424-7725, amy.harshner@travis.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-MAR-2008); 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/AMC/60CONS/F3ZT918035A001/listing.html)
 
Place of Performance
Address: 350 Hangar Ave. Bldg #549 Travis AFB, CA
Zip Code: 94535-2632
Country: UNITED STATES
 
Record
SN01536942-F 20080321/080319233154 (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.