Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

72 -- Carpet removal and installation

Notice Date
11/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
442210 — Floor Covering Stores
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 914 AW/LGC, 2720 Kirkbridge Drive, Niagara Falls IAP-ARS, New York, 14304-5001
 
ZIP Code
14304-5001
 
Solicitation Number
FA6670-10-Q-0006
 
Archive Date
12/9/2009
 
Point of Contact
Mary Elizabeth Pyle, Phone: 716-236-2215, LORRAINE L MCMULLEN, Phone: 716-236-2216
 
E-Mail Address
mary.pyle@niagarafalls.af.mil, lorraine.mcmullen@niagarafalls.af.mil
(mary.pyle@niagarafalls.af.mil, lorraine.mcmullen@niagarafalls.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REQUEST FOR QUOTE FA6670-10-Q-0006 914th Airlift Wing Niagara Falls, Air Reserve Station Niagara Falls, NY 14304 AES, Bldg 804; CIVILIAN PERSONEL, Bldg 800; ASTS, Bldg 802; LRS, Bldg 600; SFS, Bldg 310 CARPET: Carpet and Installation 9 November 2009 THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial services 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 publication. Proposals are being requested and a written solicitation will not be issued. Solicitation number FA6670-10-Q-0006 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. This solicitation is 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this commercial item or equal requirement is 442210 with a small business size standard of $7M. This request is in support of AES, Bldg 804; CIV PERSONEL, Bldg 800; ASTS, Bldg 802; LRS, Bldg 600; SFS, Bldg 310; at the 914th Airlift Wing, Air Force Reserve Station, Niagara Falls, NY 14304. Delivery is FOB Destination. FOB Destination shall be Niagara Falls ARS, NY 14304. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this procurement and the selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-aside, FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3 Convict Labor, FAR.222.19 Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52-222-36 Affirmative Action for Workers with Disabilities; FAR 52-223-6 Drug-Free Workplace, FAR 52.233-1 Disputes, FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.225-7001 Buy American Act, DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; clauses incorporated in full text: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-1 Small Business Program Representations, FAR 52.252-2, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/ OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov. Offerors must have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors must be registered or willing to register, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The evaluation factors that will be used to determine by lowest price technically acceptable. Quote must include cost of carpet per square yard. Site visit will be held on 18 November 2009 at 2 p.m. (EST). Please notify Mary Pyle by e-mail - mary.pyle@niagarafalls.af.mil if you will be attending so she can provide you with further instruction and obtain access to the base for you. The closing date for this solicitation is 3 p.m. on 24 November 2009 (EST). Offerors are responsible for ensuring that their quote has been received and is legible. Submit quote to mary.pyle@niagarafalls.af.mil or by fax to (716) 236-2357. Government's intent is to award a single contract between the Government and the Contractor, to the lowest responsive, responsible offer. Objective: Carpet and Carpet Installation Statement of Need: Removal and installation of approximately 2200 square yards, in approximately 18 rooms in 5 separate buildings. Purchase of Carpeting with installation: The Contractor shall furnish all material, equipment, labor, hauling to and disposal of old carpeting and installation of new carpeting as described in this Statement of Need (SON). Contractor shall submit materials / methods for approval prior to ordering. At a minimum, submittals shall include product literature, MSDS, standard color, texture and style samples. Demolished materials / waste are property of the contractor; contractor is responsible for proper disposal of materials off base; such materials shall be promptly removed from the installation and shall not be stored / stockpiled unless submitted and approved for such. Contractor is responsible for storage of carpeting before and during installation. There is not a storage or staging area for the carpet. Contractor is responsible for verification of all the details, measurements, etc., prior to ordering materials and execution of work. The Contractor shall supply and install commercial grade carpeting squares (24" x 24"), color: Cobb, with tufted texture-twist loop, face fiber type is 6,6 nylon; using a solution / yarn dye method, having 6.33 stitches per inch, a tuft density of 63.30 and a pile thickness of 0.086 inches using 20 ounces of yarn per square yard. The backing material shall be 100% synthetic, modular reinforced vinyl composite cell polymer with recycled content. A Mannington Gametime III has been installed on base in the recent past, and an equal or compatible design is required. Manufacturer shall provide a limited lifetime wear and backing warranty and a 15-year bleach and stain resistance warranty. The contractor shall be responsible for the removal, lifting and reinstallation of all furniture within all areas. The contractor shall install new cove base molding in all areas carpeted. All adhesive materials shall be low voc grade with submittal and approval required before use. Work must be done within base work hours. Base work hours are 7:15 a.m. to 4:00 p.m., Monday through Friday. POINT OF CONTACT: Mary E Pyle, CIV 2720 Kirkbridge Drive Niagara Falls, NY 14304-5001 716-236-2215 716-236-2357 Fax The closing date for this solicitation is 1500 hours/ 3:00 P.M (EST) on 24 November 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/914AWLGC/FA6670-10-Q-0006/listing.html)
 
Place of Performance
Address: 914th AW, various buildings, Niagara Falls ARS, New York, 14304, United States
Zip Code: 14304
 
Record
SN02001956-W 20091112/091111000014-026613cd6eb725ac17de24fc0f0f5abb (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.