Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2009 FBO #2713
SOLICITATION NOTICE

72 -- Carpet - SOW

Notice Date
4/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
HSBP1009Q2424
 
Archive Date
5/16/2009
 
Point of Contact
Caroline R Manning,, Phone: 915/724-3300
 
E-Mail Address
caroline.r.manning@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Department of Homeland Security Customs and Border Protection Statement of Work For Re-carpeting Building 11606, Biggs AAF, Texas Border Patrol Special Coordination Center April 21, 2009 1.0BACKGROUND Existing carpet located at the Border Patrol Special Coordination Center (BPSCC), Building 11606 SSG Sims Rd., El Paso, TX is in need of replacement due to normal wear and tear. 2.0SCOPE OF WORK This scope of work outlines the requirements for a price quote for new carpet, to include installing new carpet, moving furniture, removing and discarding old carpet, removing and replacing molding and patching floor where necessary. 2.1Contract Type This procurement will be a simple single purchase award made to the lowest price technically acceptable responsive and responsible offeror, whose proposal, conforming to the solicitation, will meet the Government’s requirements. 2.2Period of Performance Performance shall commence upon receiving award. If services are to be terminated early through no fault of the contractor in accordance with FAR clause 52.249-4, Termination for Convenience of the Government, the contracting officer shall provide the contractor thirty (30) days written notice in advance as to when services are to be terminated. 2.3Place of Performance Border Patrol Special Coordination Center Building 11606, SSG Sims Rd Biggs Army Airfield El Paso, TX 79908 915-724-3300 3.0DESCRIPTION OF TASKS AND DELIVERABLES The contractor shall complete all work listed within four (4) working days of starting the job, during the hours of 7:30am – 3:30pm. All aspects of this scope of work shall be completed prior to June 1, 2009. 3.1The contractor shall remove all existing furniture within the offices and hallways of building 11606; remove and haul off all existing glued-down carpet; prep and level sub-floor as deemed necessary; remove and reinstall wood molding around all rooms and hallways; install new carpeting using glue, without padding; replace furniture in its respective location after new carpeting has been installed; ensure all excess glue, solvents and patch material is properly removed from the premises; and, ensure all dangerous and hazardous material are removed from the premises and disposed of properly. 3.2Deliverables: approximately 1,325 sq. yd. of 34 oz. World Rhyms “Jungle” #5004 09 nylon carpet. (Manufacturer: Barrett) 3.3The contractor shall furnish all materials/tools necessary to complete the job to the customer’s satisfaction. 3.4Contractor shall ensure all personnel are in compliance with government security regulations. 3.5Contractor shall ensure all personnel contain I-9 (or compatible worker’s permit). 3.6Interested bidders are requested to provide a written quotation on the completion of this project. Quotations must contain separate figures for labor and materials. Quotations must be good for a period of thirty (30) days. Quotations may be sent via facsimile to (915) 724-3327. Site visits are by prior appointment. 3.7Contractor must provide a ninety (90) day labor and material warranty. 3.8Inspection and Acceptance will be provided by the Point of Contact (POC). 4.0GENERAL INFORMATION 4.1 Warranty The contractor/manufacturer shall provide a ninety (90) day warranty against carpet fraying and seam separation, effective from the completion date of the delivery Final Inspection. Following delivery completion, the government and contractor shall inspect all components, and during the inspection, any improper or sub-standard component item shall be noted on a listing known as a “Punch List”. Contractor shall make correction of all items listed and request a final inspection. When the government representative approves all items, the project is then complete and the warranty shall take effect. 4.2Disclosure of Information 4.2.1Any information made available to the contractor by the government or its customers shall be used only for the purpose of carrying out the provisions of this contract. This information shall not be divulged or made known in any manner to any persons except as may be necessary in the performance of the contract. 4.2.2In the performance of this contract, the contractor assumes responsibility for the protection of the confidentiality of government property. 4.2.3The contractor will adhere to the requirements found in Part 24 of the Federal Acquisition Regulation, Protection of Privacy and Freedom of Information. 4.3Technical Contact The Customs and Border Protection technical point of contact will be Karen L. Burnett. The POC may be contacted at 915-724-3300. 4.4 Government Furnished Property 4.4.1Electrical power at existing outlets for the contractor to operate such equipment as is necessary in the conduct of his work. 4.4.2Responsibility for Government Property: The Contractor assumes full responsibility for and shall indemnify the Government against any and all losses or damage of whatsoever kind and nature to any and all Government property including any equipment, supplies, accessories, or parts furnished while in his custody and care for storage, repairs or service to be performed under the terms of this contract, resulting in whole or in part from the negligent acts or omissions of the Contractor, any subcontractor, or any employee, agent or representative of the Contractor or subcontractor. If due to the fault, negligent acts (whether of commission or omission) and/or dishonesty of the Contractor or its employees, and Government owned or controlled property is lost or damaged as a result of the Contractor’s performance of this contract, the Contractor shall be responsible to the Government for such loss or damage and the Government at its option, may in lieu of payment thereof, require the Contractor to replace at Contractor’s expense, all property lost or damaged. 4.5Contractor Furnished Items This Contract calls for the contractor to provide all supervision, supplies, materials, transportation and equipment necessary for the performance of the work of this contract unless otherwise specified herein. 5.0 PROCEDURES FOR PAYMENT Submission of Invoices: The Contractor shall submit an original invoice and two copies (or electronic invoices, if authorized) to: Border Patrol Special Coordination Center Attn: Karen Burnett P.O. Box 6017 Biggs AAF El Paso, TX. 79906 Payment of invoices shall be made by electronic funds (EFT) per FAR 52.232-34.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=db50bce789a1556669910537ef1e4ab0&tab=core&_cview=1)
 
Place of Performance
Address: Border Patrol Special Coordination Center, Bldg 11606 SSG Sims St, Biggs AAF, El Paso, Texas, 79908, United States
Zip Code: 79908
 
Record
SN01805270-W 20090501/090429223250-db50bce789a1556669910537ef1e4ab0 (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.