Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2009 FBO #2672
SOLICITATION NOTICE

E -- carpet installation

Notice Date
3/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Regional Contracting Office Far East, M67400 MARINE CORPS REGIONAL CONTRACTING OFFICE FAR EAST FPO,
 
ZIP Code
00000
 
Solicitation Number
M6740009T0103
 
Response Due
3/30/2009
 
Archive Date
4/14/2009
 
Point of Contact
Nagisa Tsuhako 098-970-8697
 
Small Business Set-Aside
N/A
 
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 procurement is not a small business set-aside; any responsible source may submit an offer. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-09-T-0103 applies and is issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and Defense Acquisition Circular 91-13. The North American Industry Classification System code is 238330. The agency need is for: CLIN1: Carpet Install/Labor, Qty: 1, Unit of Issue: EA.Description: Contractor shall provide the carpet and installation services for the location of the Camp Hansen, Building Number 2205, Okinawa Japan. Contractor shall removal and disposal existing carpet. CLIN2: Purchase Carpet, Qty: 4,000 Square Foot, Unit of Issue: Square FloorDescription: Color: mocha/brown AS104, Camp Hansen BLDG 2205, Second Floor, Room#: 201, 203, 205, 206, 207, 209, 210, 212, 214, 215, 216, 217, 219, 220 and 228 *see the attached list for room size. Expected delivery date to the end-user, 12th Marines Regiment, Kin, Kin-cyo, Okinawa, Japan is 10 Apr 2009. All offers shall be in English language. Delivery point from local offerors is to 12th Marines Regiment,, Kin, Kin-cyo, Okinawa, Japan. All services/material awarded under this contract shall be delivered 30 days after the award. The Government intends to make a single award to the responsible offer of whose offer is most advantageous to the government considering price and price-related factors. The following factor shall be used:1. Price 2. Delivery Date. The following Provisions apply to this acquisition: FAR 5.202 Exceptions, applies with paragraph (12), FAR 52.212-1 Instructions to Offerors-Comm. Items (Nov 2007), applies with paragraph (a) completed as follows: The Government intends to make a single award to the responsible offeror whose offer is most advantageous to the Government considering price and non-price related factors, FAR 52.214-34 Submission of Offers in the English Language(APR 1991), FAR 52.225-17 Evaluation of Foreign Currency Offers(FEB 2000), FAR 52.229-6 Taxes-Foreign Fixes Price Contracts (JUN 2003), FAR 52.212-3 Offeror Representations and Certification Comm. Items (NOV 2007), FAR 52.212-4 Contract Terms and Conditions Comm. Items (FEB 2007), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Comm. Items (FEB 2007), FAR 52.232-33 Payment by Electronic Funds Transfer (OCT 2003), FAR 52.233-1 Disputes (JUL 2002), FAR 52.247-34 F.O.B. Destination (NOV 1991), DF! ARS 252.212.7000 Offeror Representation and Certification-Commercial Items (JUN 2005 ), DFARS252.212-7001 (JUN 2006 ) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFAS252.222-7002 Compliance With Local Labor Laws(Overseas) (JUN 1997), DFAS 252.232-7008 Assignment of Claims(Overseas) (JUN 1997), DFARS252.212-7001 (APR 2007) Full text of these provisions may be accessed on-line at http://www.arnet.gov. Responsible offerors must be active in the Central Contractor Registration (Mar 2000) which is mandatory requirement for all government contracts. To register online http//www.ccr.gov in. accordance with DFARS 252.204-7004 Alternate A, DUNS, Federal Tax ID and CAGE Code must be written on submitted quote. Payment shall be made elect ironically by DFAS Yokota Japan. Offers can be faxed to 011-81-6140-45-0959, sent via e-mail to the e-mail address below or mail to Regional Contracting Offi! ce, Far East, Okinawa, PSC 557 BOX2000, FPO AP 96379-2000. Offers must be received no later than 12:00PM, Japan Standard Time, 30 March 2009 Correspondence and questions related to this solicitation/synopsis may be addressed to Nagisa Tsuhako by e-mail at: nagisa.tsuhako.ja@usmc.mil. Commercial Telephone Number: 011-81-98-970-8697 (NO COLLECT CALLS ACCEPTED). Submit questions for clarification by E-mail shall be no later than 5:00PM, JST 25 March 2009. All responsible sources that submit a quote shall be considered. (End of Synopsis) STATEMENT OF WORK INSTALLATION OF NEW CARPET FOR 12TH MARINES 1. SPECIFIC TASKS: 1.1 Scope of Work: The contractor shall provide all qualified personnel, supervision, supplies, materials, parts, components, equipment, tools, and transportation to perform preventative maintenance and repair services for 12TH Marines, for that equipment in those locations listed in this Statement of Work. 1.2 General Tasks: Contractor shall perform carpet installation and the replacement of base boards parts to ensure equipment is operational according to the manufacturer's specifications, to ensure the equipment is operational at all times. 1.2.1 The contractor shall thoroughly inspect all equipment parts for deterioration, excessive wear, misalignment, loose joints, improper adjustments, or any other defects that affect machine operability, and correct them in accordance with the manufacturer's specifications. 2. GOVERNMENT PROPERTY AND SERVICES:12th Marines 2.1 Clean up: The contractor shall remove all materials and other debris, accumulated from occupant premises, as a result of disassembling, loading, and unloading of the furniture. The contractor personnel will collect and deposit at the location designated by government personnel. 2.2 Period of performance:30 days after starting date. 3. GENERAL INFORMATION: 3.1 Hours of Operation: Contractor shall perform required services during the following hours: 7:30 a.m. through 4:30 p.m., Monday through Friday. 3.2 Recognized Holidays: The contractor is not required to provide services on the US holidays. 3.3 Contract Manager: The Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate, who shall act on behalf of the contractor when the manager is absent, shall be designated in writing to the Contracting Officer. 3.3.1 The contract manager shall have full authority to act on behalf of the contractor on all contract matters relating to the daily operation of this contract. 3.3.2 The contract manager, or alternate shall be available during normal duty hours, within one workday, to meet on with government personnel to discuss problem areas. 3.3.3 The contract manager and alternate or alternates shall be able to read, write, speak and understand English. 3.4 Contractor Personnel: Contractor personnel shall present a clean, neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company and/or by wearing appropriate badges which contain the company name and the employee's name. Clothing or badges shall be provided by the contractor. 3.5 Contracting Office (CO): IS Government official authorized to enter into, make changes to, or terminate contracts on behalf of the US Government. Contracting Officers are responsible for ensuring performance of all necessary actions for effective contracting, ensuring compliance with the terms of the contract, and safeguarding interests of the United States in its contractual relationships. 3.6 Government Representative (Gov't Rep): Government liaison, which functions as the technical representative monitoring delivery and performance of the contract. The gov't rep is not authorized to enter into any agreements, obligate the government or direct any changes to the contract. Note: Gov't reps (alternative gov't reps) of this contract are also responsible for escorting the contractor to the work site when needed and securing keys of the buildings during the periods of performance. 3.7 Identification and Base Passes: The contractor shall obtain identification cards and base passes for all employees and vehicles. An Application shall be coordinated through the Regional Contracting Office. At time of application, the Marine Corps Base, Camp Butler Provost Marshall's Office (PMO) may conduct a background check on employees. Upon termination of employment, the contractor shall return identification cards and base passes to PMO within 24 hours. 3.8 Invoice: Invoice shall be submitted monthly in quadruplicate, to the activity listed below. Invoice shall be certified and forwarded to the Finance Office, Camp Smedley D. Butler, by the activity within three (3) working days after receipt. Payment shall made by Defense Finance and Accounting Service - Japan, Yokota Air Base, Unit 5220, APO AP 96328-5220 (Attn Code FPM). 3.9 Quality Control/Assurance: Contractor shall develop and maintain a quality program to ensure services are performed in accordance with commonly accepted commercial practices for installation of carpet. The contractor shall develop and implement procedure to identify and prevent defective services from reoccurring. The government evaluator must have a specific quality control inspector to notify in case of customer complaints. The government will evaluate the contractor's performance each time service is performed. 3.10 Government Remedirs: The contracting Officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (May 1997), for contractor's failure to correct nonconforming services. 3.9 Security Requirements: None 4. DEFINITIONS: None 5. APPENDICES: Room measurement Attachment: Room size ROOM #LengthWidthSqFt201201530020315101502052421504206121113220712121442091512180210121214421215101502141512180215351552521617101702171711187219171423822014131822288540Total Sq Ft3226
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=720a09b79a541df9b54575547e3dd3f5&tab=core&_cview=1)
 
Record
SN01773792-W 20090321/090319221326-e4acd14a3c1a7dfec26a485a5e392a48 (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.