Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
MODIFICATION

Z -- Removal of existing and installation of new floor coverings B223 and B243, Kingsley Field Air National Guard Base

Notice Date
5/26/2010
 
Notice Type
Modification/Amendment
 
NAICS
442210 — Floor Covering Stores
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-10-R-0008
 
Response Due
6/12/2010
 
Archive Date
8/11/2010
 
Point of Contact
Jody Owens, 503-584-3773
 
E-Mail Address
USPFO for Oregon
(jody.owens@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a notice for Small Business acquisition. The North American Industry Classification System (NAICS) code for this acquisition is 442210, with a size standard of 7 Million. This combined synopsis / solicitation reference number is W912JV-10-R-0008 and is being issued as a Request for Proposal (RFP). This is solicitation is for the removal of existing and installation of new flooring types to include carpet/vinyl/coved base and reducer/transition in building 223 and building 243 (option) at the Kingsley Field Air National Guard Base. Compliance with all federal, state, county, and local regulations and codes will be enforced. Protect all facilities, equipment, and utilities not scheduled to receive work. Observe all safety, OSHA, DEQ, and EPA rules and regulations. PROJECT DESCRIPTION: Removal of existing carpet, vinyl and VCT and installation of new carpet, vinyl coved base and reducer/transition strips in the scheduled areas as specified. Building 223 will need approximately 272sqft of vinyl replaced and approximately 11,401sqft of carpet replaced. Building 243 will need approximately 1,380sqft of vinyl replaced and approximately 966sqst of carpet replaced. The contractor shall verify all measurements at the site visit. All uneven edges will be feathered smooth and low spots will be floated level. The preparation and the installation shall comply with the manufacturers recommendations. The surface shall be free of all imperfections before flooring placement. The installation of all new coved base and reducer/transition strips shall be placed as required. Contractor is to verify the amount / measurements at the site visit. The Contractor will be required to provide the Contracting Officer with a copy of MSDS sheets on all material, provide dust protection and containment. The contractor shall follow all ventilation, personnel protection and other safety precautions as recommended by the manufactures recommendation of all products scheduled for installation. The contractor will be required to clean-up after each installation. Abatement work is not anticipated by the government. In the event abatement is required it will be treated as an unforseen sight condition. Existing products are as follows: Carpet: Shaw, Sable Island, #28510, Gilmore. Vinyl: Mannington Magna Multiflec #18001 Graystone with heat welded seams. The successful offeror shall be responsible to provide products with the same / similar salient characteristics of these products. Salient Characteristics are technical specifications that define the performance characteristics of the product required. These characteristics include: Carpet: Grade 1st Quality Backing AB Construction Pattern Loop Fiber Brand Solution Q Fiber Content 100% BCF Nylon Pattern Match - 13/32 W x 12/32L Grade Commercial Warranty 10 Yr. Limited Warranty, 10 Yr. Quality Assurance Vinyl: Grade - Indoor Construction Inlaid Sheet Flooring Wearlayer thickness -.055 Overall thickness -.080 Static Load Limit 500 psi ASTM Specification Type 2, Grade 1, Class A Flooring Radiant Panel Test (ASTM-E-648) Passes Class 1 NBS Smoke Chamber Test (ASTM-E662) Can pass Seams Heat welded Warranty Limited 5 year commercial warranty Meets CHPS 01350 Indoor Air Quality Standards Low Maintenance Small scale visual effect CLIN 0001 Building 223 The Contractor shall remove all existing carpet and floor coverings in the scheduled area of Building 223 as shown in the project drawings and install new floor coverings/finishings over the prepared floors. All uneven edges will be feathered smooth and low spots will be floated level. The preparation and the installation shall comply with the manufacturers recommendations. The surface shall be free of all imperfections before flooring placement. The Contractor will also install all new coved base and reducer/transition strips. The contractor shall provide a proposed amount for the work described above. CLIN 0002: Building 243 OPTION Option: The Contractor shall remove all existing carpet and floor coverings in the scheduled area of Building 243 as shown in the project drawings and install new floor coverings/finishings over the prepared floors. All uneven edges will be feathered smooth and low spots will be floated level. The preparation and the installation shall comply with the manufacturers recommendations. The surface shall be free of all imperfections before flooring placement. The Contractor will also install all new coved base and reducer/transition strips. The contractor shall provide a proposed amount for the work described above. PERFORMANCE PERIOD: Project performance period will be limited to 59 Calendar Days. SITE VISIT: An organized pre-proposal conference and site visit will be held on May 27, 2010 at 1:00 PST at the Kingsley Field Air National Guard Base. Offerors shall send an e-mail to Lane Hall at lane.hall@ang.af.mil with the following information: Attendees name, Social Security number, Drivers license number and issuing state of license no later than 2:00 PM on May 25, 2010 to gain access Kingsley Field. Offerors shall be able to present a valid government issued for of identification at the front gate and have vehicle proof of insurance available readily available if requested. Offerors are advised that the Kingsley Field Air National Guard conducts random vehicle searches and to remove any and all items that are prohibited on federal property (e.g. fire arms) from their vehicles prior to entering the facility. Offerors are to report to the Base Civil Engineering Office, bldg 221. This conference / site visit is highly suggested due to the nature of the project. Offerors attention is directed to FAR clause 52.237-1 which states the following: Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. EVALUATION FACTORS: Proposals will be evaluated based on lowest proposed price meeting or exceeding the non cost factors / solicitation requirements. Note: The successful offeror will be responsible for providing carpet and vinyl that meets the salient characteristics as defined in this combined synopsis / solicitation. DISCUSSIONS: The Government intends to evaluate proposals and award without discussions though reserving the right to invoke such discussions if determined to be needed by the Contracting Officer. Clarifications are not discussions. BASIS OF AWARD: Award will be made based on the lowest proposed price provided to the Government and within the funds determined to be available at time of contract award. The government intends on awarding to a single offeror. REQUESTS FOR INFORMATION: Submit your request for information to Jody Owens via e-mail at jody.owens@us.army.mil within 5 days of the proposal due date. Please reference the combined synopsis / solicitation RFP number. AWARD OF CONTRACT: Offerors proposals shall be valid for a minimum of 90 days with no additional cost to the Government. INFORMATION REGARDING AVAILABILITY OF UTILITY SERVICES: The government proposes to provide reasonable amounts of Electricity and Water to the contractor for use on this project. In turn for the government providing these utilities the contractor shall exercise care in the use of such. If the government observes these utilities being wasted it will notify the contractor to remedy the situation. The second warning will result in the government installing metering devices and back charge the contractor for all utilities consumed from that time forward. The contractor shall furnish all plant, labor, materials, and perform all work necessary to provide temporary connections to base utilities such as electrical power, water, etc. if required. Offerors shall take this into consideration when computing its offer. (FAR Clause No. 52.236-14, Availability and Use of Utility Services) SCHEDULE: The Contractor is required to coordinate with the Civil Engineering Office and the building users ten (10) days prior to start of work. The facilities that will receive flooring are 223, with an option on 243. The installation shall be coordinated with the users to minimize interference with the operation of the building. The successful offeror will be required to submit a schedule after award. Performance period is limited to 59 calendar days. WORKING HOURS: THIS WORK MAY BE PHASED TO ALLOW THE BUILDING TO REMAIN IN USE, AND/OR SOME AFTER HOURS AND WEEK-END WORK MAY BE REQUIRED. The normal hours of work at Kingsley Field, OR are from 0700 to 1600 Hours. Non work days will include the 12 Federal holidays and basewide observed standard day off (SDO). Contractors are permitted to work during a base SDO if prior coordination is made with the Contracting Officer Representative (COR). Access to work sites may be restricted to these hours and days. Any work during non-regular hours shall be approved by the Contracting Officer. Work that requires after normal hours must be coordinated in advance with the Contracting Officer Representative. DISPOSAL OF MATERIAL: All demolition and rubbish will be disposed of off Base by the Contractor, in accordance with all regulatory agencies. WARRANTY: The new flooring will be warranted in writing against defects in materials and workmanship for a period of one year beginning from the date of final acceptance. Contractors shall reference the salient characteristics reference in this combined synopsis / solicitation for detailed warranty information. PROPOSAL EXPENSES. This request for proposals does not commit the Government to pay costs incurred in preparation and submission of initial and subsequent proposals or for other costs incurred prior to award of a contract. SUBMITTALS: The successful offeror will be responsible for submitting major products for use, with the name of manufacture. CENTRAL CONTRACTORS REGISTRATION: The Offerors must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability and be registered in Wide Area INVOICING: Work Flow (WAWF) Vendor Self Registration http://wawf.eb.mil/. Firms shall submit invoices electronically. SUBMISSION OF PROPOSAL: Proposals are due no later than 2:00 pm PST on June 10, 2010. Offerors shall submit a proposal that includes pricing for Clin 0001 and Clin 0002 in order to be evaluated. Late proposals will not be accepted. Proposals will be accepted via the following means: E-mail to jody.owens@us.army.mil, Fax to 503-584-3773 Attn: Jody Owens or mailed to the USPFO for Oregon, Attn: Contracting, Jody Owens, PO Box 14350, Salem, Oregon 97309. Firms wanting to submit their offeror via UPS, Fed-ex or other similar carrier shall address their proposal to the USPFO for Oregon Attn: Contracting, Jody Owens. 1776 Militia Way, Salem, Oregon 97309. BASE ACCESS: All personnel on the job site will be required to complete a Police Record Check authorization (DD form 369). The government reserves the right to refuse entry to any contractor employee based on the information collected from the Police Record Check. PRE-JOB CONFERENCE: A Pre-Job conference / coordination meeting will be held after contract award. The date / time of this conference will be coordinated by the USPFO for Oregon. NOTES: a.) Offerors are reminded that unlike the bid process, the request for proposal process is not public. No information will be released until an award decision is made. All contractors submitting an offer will be notified, via email of the award results b.) This combined synopsis / solicitation and associated drawings are available from the Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov/. This is an official government web page and the Government is not liable for information furnished by any other source c.) Prior to requesting further information regarding this combined synopsis / solicitation the offeror shall check this website d.) Amendments, if/when issued will be posted to the Federal Business Opportunities (FedBizOpps). This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to this combined synopsis / solicitation e.) Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages f.) The USPFO for Oregon will not issue copies of this combined synopsis / solicitation. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. FAR clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFP and are incorporated by reference: FAR clause 52.202-1, Definitions Far clause 52.203-3, Gratuities FAR clause 52.203-5, Covenant Against Contingent Fees FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel provision 52.212-1, Instructions to Offerors-Commercial Items provision 52.212-2 Evaluation-Commercial Items provision 52.212-3, Offeror Representations and Certifications Commercial Items clause 52.203-3, Gratuities provision FAR clause 52.212- 4, Contract Terms and Conditions-Commercial Items FAR clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR clause 52.219-6, Notice of Small Business Set-Aside FAR clause 52.222-26 Equal Opportunity FAR clause 52.222-35, Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and other Eligible Veterans FAR clause 52.222-36 Affirmation Action of Workers with Disabilities FAR clause 52.222-37 Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era and other eligible Veterans FAR clause 52.222-41, Service Contract Act FAR clause 52.223-3, Hazardous Material Identification and Material Safety Data FAR clause 52.223-5, Pollution Prevention and Right-to-Know Information FAR clause 52.225-13, Restrictions on Certain Foreign Purchases FAR clause 52.228-5, Insurance Work on a Government Installation FAR clause 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration FAR clause 52.233-1, Disputes Alternate A FAR clause 52.236-2, Differing Site Conditions FAR clause 52.236-5, Materials and Workmanship FAR clause 52.236-14, Availability and Use of Utility Services FAR clause 52.237-1, Site Visit FAR clause 52.237-2, Protection of Government buildings, Equipment, and Vegetation FAR clause 52.252-2, Clauses Incorporated by Reference FAR clause 252.201-7000, Contracting Officer Representative FAR clause 252.212-7000, Offeror Representations and Certifications Commercial Items FAR clause 252.204-7004, Alternate A, Central contractor Registration FAR clause 252.209-7001, Disclosure of Ownership of Control by the Government of a Terrorist Country FAR clause 252.233-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Material FAR clause 252.243-7002, Requests for Equitable Adjustments FAR clause 252.247-7024, Notification of Transportation of Supplies by Sea FAR clause 252.227-7023, Drawings and Other Data to Become Property of the Government
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-10-R-0008/listing.html)
 
Place of Performance
Address: 173rd Fighter Wing Kingsley Field Air National Guard Base Klamath Falls OR
Zip Code: 97603
 
Record
SN02160748-W 20100528/100526235006-53b61241aaa1217bb19aade3f42e5c86 (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.