Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2008 FBO #2433
DOCUMENT

S -- Remove, Replace and Cover Base Carpet - Bldg 160 Floor Plan

Notice Date
7/23/2008
 
Notice Type
Bldg 160 Floor Plan
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen St, Bldg 216, Shaw AFB, South Carolina, 29152-5004
 
ZIP Code
29152-5004
 
Solicitation Number
FA4803-08-Q-A214
 
Point of Contact
Terry L Agena, Phone: 803-895-5343, Ronald P. Alexander,,
 
E-Mail Address
terry.agena@shaw.af.mil, ronald.alexander@shaw.af.mil
 
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 Subpart 12.6 and in accordance with procedures described in FAR part 13.1., 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 number for this procurement is FA4803-08-Q-A213 and is issued as a Request for Quotation (RFQ).This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-26, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080721 and Air Force Acquisition Circular (AFAC) 2008-0605.For informational purposes the North American Industry Classification System code is 238330 Flooring Contractors. This acquisition is set-aside 100% Service Disabled Veteran Owned Small Business. This is firm-fixed price procurement and will be procured using commercial item procedures and award selection will be made base on best overall value. Description: Contractor shall furnish all labor, tools, equipment, material, and transportation to remove and replace approximately 1020 sq. yards. of carpet and 1895 linear ft. of carpet covebase, in building 160. The Contractor is responsible for field measuring of carpet to insure exact amount of carpet and covebase required to complete this installation. The measurements given are an estimate. Carpet to be purchased and installed shall be solution dyed nylon, textured loop pattern, 28 oz per sq. yd. face weight, 1/10 gauge, 10 stitches per inch, polypropylene primary and woven polypropylene secondary backing, style Fiesta, color Guitar, as manufactured by Cambridge Carpet, or an approved equal. The contractor is responsible for the purchase, binding and installation of the cove base and adhesive. Cove base to be installed will be carpet cove base with a bound edge. Contractor is responsible for purchasing transitions to be replaced in the doorways. The contractor will remove old and install new transitions in the doorways. The existing floor surface is suitable for installation but if the floor needs filling of holes or cracks the contractor will be responsible for making the floor carpet ready. Contractor will furnish all cement, tape, thresholds and cap down moldings, and will be allowed to work from 0730 to 1630 EST Monday through Friday without special security requirements. Carpet to be installed in accordance with the manufacturer's instructions. The contractor will furnish all adhesive as recommended by carpet manufacture. Contractor shall be responsible for preparation of floor surfaces as necessary to receive carpet. All surfaces to be free of voids and protrusions. Installed carpet shall be smooth, uniform, secure, and installed in a professional manner. Patterned goods will be accurately matched. Fit cutouts such as doors, jambs, columns, steps, landings, and ducts neatly and securely. Contractor shall trim and butt edges together to form seams. Extra attention is to be observed while butting seams together. Contractor shall apply a generous bead of seam adhesive to the edges to seal the seams on the broadloom carpet and prevent fraying and raveling. Contractor is to provide at least a five year warranty against fraying, raveling, separating, buckling and on his workmanship. The contractor shall remove and dispose of all debris off base and in accordance with environmental specifications, each day and after carpet installation is completed. This requirement is 100% Service-Disabled Veteran-Owned Small Business Set-Aside. Facsimile and electronic mail quotes will be accepted. Quote shall also contain all other documentation specified herein. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Period of Acceptance for Offerors: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). The following FAR provisions also apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items. The RFQ should be submitted and shall contain the following information: RFQ number, time specified for receipt of offers, name, address, telephone number of offeror, terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation once an evaluation has been accomplished. IAW FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), the full text of a clause may be accessed electronically at: http://farsite.hill.af.mil. Contractors are required to complete FAR 52.204-8 Annual Representations and Certifications (Jan 2006). The following clauses are hereby incorporated: FAR 52.204-7, Central Contractor Registration (Apr 2008); 52.204-9 Personal Identity Verification of Contractor Personnel (Sep 2007); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2008 - Commercial Items paragraphs (a) (b) (14) (15) (16) (17) (18) (19) (20) (21) (22) (24) (36) and (d); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008) (a) (20)(i) (21) and (c) (3)(4). DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); DFARS 252.246-7000. Material Inspection and Receiving Reports (Mar 2008); AFFARS 5352.242-9000 Contractor access to Air Force installations (Aug 2007); and AFFARS 5352.201-9101 (Feb 2008) and Ombudsman (Aug 2005). The Ombudsman clause states final resolutions for this acquisition if one cannot be reached with the contracting officer will be made at the MAJCOM level. All offers are due no later than 7 Aug 2008 at 4:00 p.m. EST. Point of contact is SSgt Terry Agena, 20th Contracting Squadron, 321 Cullen Street, and Shaw AFB SC, 29152. Phone: 803-895-5343. Fax: 803-895-5339. Email: terry.agena@shaw.af.mil. NOTE: For payment purposes Offerors must be registered in the Central Contract Registry prior to receiving any award. Please see web site http://www.ccr.dlsc.dla.mil/ for information on how to register or call 1-888-227-2423. Registration in Wide Area Work Flow (WAWF) is mandatory for submitting invoices. Numbered Note 29 Applies: The proposed contract is set-aside for Service-Disabled Veteran-Owned small business concerns. Offers from other than Service-Disabled Veteran-Owned small business concerns will not be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bab75d44439206a51e137119812e3c4d&tab=core&_cview=1)
 
Document(s)
Bldg 160 Floor Plan
 
File Name: Bldg 160 Floor Plan (Floor plan for carpet with measurements.bmp)
Link: https://www.fbo.gov//utils/view?id=87fa63a792e60fd4b0d2ceb9c79f4c19
Bytes: 2,071.11 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Shaw AFB, SC, Shaw AFB, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN01621418-W 20080725/080723223953-bab75d44439206a51e137119812e3c4d (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.