AWARD
Z -- Removal of existing and installation of new floor coverings B223 and B243, Kingsley Field Air National Guard Base.
- Notice Date
- 7/26/2010
- Notice Type
- Award Notice
- 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
- W912JV10R0008
- Response Due
- 6/12/2010
- Archive Date
- 8/25/2010
- Point of Contact
- Jody Owens, 503-584-3773
- E-Mail Address
-
USPFO for Oregon
(jody.owens@us.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912JV-10-P-0003
- Award Date
- 7/8/2010
- Awardee
- DIAMOND HOME HARDWARE & GARDEN LLC (169652992)<br> 2380 S 6TH ST<br> KLAMATH FALLS, OR 97601-4340
- Award Amount
- $48,854.00
- Line Number
- 0001 - B223 0002 - B243
- Description
- 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. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV10R0008/listing.html)
- Record
- SN02217843-W 20100728/100726235206-17ece79534fa611f472e9968d17fac0a (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 |