Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

56 -- Carpet Replacement

Notice Date
9/4/2012
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
R12PS80457
 
Response Due
9/12/2012
 
Archive Date
9/4/2013
 
Point of Contact
Al Phillips Contract Specialist 3034452449 aphillips@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Carpet Replacement This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.603, 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. (ii) This solicitation, R12PS80457 is issued as a request for proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. (iv) This solicitation is full and open competition. NAICS Code is 238330 Access Flooring Installation. The small business standard is $13 Million in annual sales. (v) This combined synopsis/solicitation is for the following commercial services: Carpet Replacement in the 1000 wing of Building 56 at The Bureau of Reclamation, Denver Federal Center (DFC), 6th and Kipling Streets, Denver, CO 80225. (vi) Description of requirements for the services to be acquired: The contractor shall furnish all labor, materials, supplies and equipment necessary to install approximately 980 Square Yards (SY) of carpet tile in Building 56, 1000 Wing at the DFC. (vii) This work should start from the date of the contract award through November 30, 2012. The work to be performed is located in section (v). (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Attachments available upon request include: Drawing Building 56, Room 1000, Technical Requirements Booklet for Carpet, Carpet Tiles and Carpet Cushion, please send an email to aphillips@usbr.gov (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price purchase order to the best value offeror conforming to the terms and requirements of the solicitation. 1) Technical Approach - The offeror's proposal will be evaluated to the extent the technical approach demonstrates experience and proficiency in Specific contract requirements are listed below: A. Schedule-minimize the impact to the occupants. B. Technical Approach-description of how the offeror intends to perform the work in sufficient detail to demonstrate the offeror's ability to complete the project and understanding of the work to be performed. C. Proposed Carpet Samples-that meet the requirement. 2) Past Performance - Past performance evaluation will focus on the quality of previous work produced by the offeror. This factor is less important when compared to technical capability. 3) Price- Technical capability and past performances, when combined, are significantly more important when compared to price. The relative order of all evaluation factors is (1) Technical Capability, (2) Past Performance, (3) Price. When combined technical capability, past performance, and schedule is significantly more important than price. (x) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The web site address is https://orca.bpn.gov/. (xi) The provision at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The provision at FAR 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are, b (12), b (23), b (26), b (27), b (28), b (29), b (31), b (38) b (39), b (42), b (47). (xiii) The provision at Department of Interior 1452.215-71- Use and Disclosure of Proposal Information applies to this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Site visits at the DFC will be conducted at Building 56, Room 1000 on Friday, September 7, 2012 at @ 2:00 P.M. Please arrive early to allow for visitors passes to be issued. Proposals are required to be received no later than Close of Business, 5:00 PM Mountain Standard Time, Wednesday September 12, 2010, and must include the following: Company name, address phone numbers, DUNS number, Tax ID number, proposals shall be delivered via email to aphillips@usbr.gov. (xvi) Please direct any questions regarding this solicitation to Al Phillips at 303-445-2449 or email aphillips@usbr.gov. PERFORMANCE WORK STATEMENT (PWS) Carpet Replacement Denver Federal Center Building 56-1000 Wing 1.0 BACKGROUND. 1.1. The Bureau of Reclamation (Reclamation), located in Building 56 (2 story building) at the Denver Federal Center (DFC), 6th and Kipling Streets, Denver, CO 80225, has a requirement for carpet replacement in the 1000 wing of Building 56. The surrounding area where construction is to be conducted will be occupied during construction. This project does not include asbestos abatement. The majority of this work will be conducted during Reclamation non-duty hours. Any work that causes interference (noise and/or odors) with Government work on the floor above shall be conducted during non-duty hours. Any work performed during duty hours shall be approved before contract is awarded. Working hours are Monday - Friday, 6:00 A.M. - 6:00 PM. A schedule is critical to this project. 2.0 SCOPE OF WORK. 2.1. The contractor shall furnish all labor, materials, supplies and equipment necessary to install approximately 980 Square Yards (SY) of carpet tile in Building 56, 1000 Wing at the DFC in accordance with this PWS. All carpet shall be from the same dye lot and manufacturer. The contractors shall verify all measurements at the site visit, a drawing of the wing attached. Contractor shall replace existing carpet with a type that meets the requirements specified in GSA's Technical Requirements Booklet for Carpet, Carpet Tiles, and Carpet Cushion (3FNE-00-591a) 2.1.1. Carpet requirements: 2.1.1.1. Carpet shall be durable and of a type that can withstand the high level of foot traffic typical of a busy office environment. 2.1.1.2. Carpet shall be of a color (or color combination) that matches the existing office environment to include the furniture, the base cove, and all other furniture items in the space; final color will be selected upon contract award. 2.1.1.3. Carpet shall meet the EPA's Recommended Recovered Materials Content Levels for Carpet: ProductMaterialPostconsumer Content (%) Total Recovered Materials Content (%) Polyester Carpet Face Fiber PET 25-100 25-100 2.2. Floor preparation, and carpet tear out may be required. The contractor shall provide all materials and labor to satisfy floor preparation, which includes cleaning, noted in the PWS or identified on site visit with questions as requires to successfully complete the work in accordance with this PWS and industry standards-see attached Technical Requirements Booklet for Carpet, Carpet Tiles and Carpet Cushion dated April 30, 2012. Reclamation intends on re-using the Base-Cove already in place. 2.3. The contractor shall provide a schedule three to five working days before the start of any work. This schedule shall include precise project dates. This will allow Reclamation to schedule the move out of occupants and break out of the systems furniture. Any changes exceeding four working days shall be on a modified written schedule. If the contractor fails to provide the schedule, the contractor shall not be allowed to start work regardless of the Notice to Proceed. 2.4. The contractor shall provide a job specific safety plan for the project and a job hazard analysis. 2.5. Prior to the beginning of work, the contractor shall furnish, in writing, a contract manager and alternate who shall be responsible for the successful performance of the work. 2.5.1. Carpet adhesives could possibly contain toxic volatile components. The contractor shall follow ventilation, personal protection and other safety precautions as recommended by the manufacturer of the adhesive, including furnishing all proper breathing, clothing and ventilation equipment needed. Contractor shall provide the Contracting Officer (CO) a copy of MSDS on all materials used including carpets. 2.5.2. Carpet adhesives to be used will be waterproof, non-flammable, and non-seal adhesive as recommended by the carpet manufacturer. 2.6. Installation: All carpet shall be installed in a smooth uniform and secure manner without visible seams in accordance with manufacturers recommendations. Locate carpet seams at doorways parallel to and centered directly under doors. Follow wall line parallel to the carpet direction for seams at the corridor changes of direction. Install carpet wall-to-wall in the rooms and areas indicated on the provided drawing. 2.7.1. Contractor shall move/lift existing furniture as required to cover the entire floor surface in the space with the selected carpet. 2.8. Substrate Preparation. 2.8.1. Prior to beginning installation, the Contractor, the Contracting Officer, and/or the Contracting Officer's Representative (COR) will conduct a walk through (at least 24 hours prior to work being accomplished) of the proposed areas that are to be carpeted. The contractor, in writing, will provide a memo of any pre-existing damage or conditions that could affect the carpet installation to the Government prior to commencement of work. A negative report is required prior to work. 2.8.2. The contractor shall repair all holes; cracks; depressions and/or rough areas in the flooring using leveling materials in a manner recommended by the product manufacturer and industry standards. The finished floor patching is to be leveled to match the existing floor so that there are no ridges or depressions present. In all areas the contractor shall provide a smooth, level, and continuous surface for the carpet installation. All areas to receive carpet are due to be thoroughly cleaned prior to installation. The contractor shall notify the COR once the floor preparation is complete and ready for carpet installation. After the floor has been inspected by and found to be satisfactory by the COR, the contractor may proceed installation. Any gouged, depressed or uneven areas created by the leveling method or lack of leveling shall be unacceptable. Unacceptable areas must be re-accomplished and inspected again the COR prior to acceptance of the area for carpet installation. Carpet installed over an area that was not previously approved/accepted is considered rejected and that segment will require the carpet to be removed for inspection and replaced at no additional expense to the Government. 2.8.3. The contractor will be responsible for the removal and proper disposal of existing carpet and all residues associated with this work. This carpet is identified on the drawings and will be discussed at the site visit. Unusable waste pieces are to be left neatly stored at the site in an area determined by the COR. 2.9. Additional Information. 2.9.1. Work hours must be coordinated with the COR prior to any work taking place. 2.9.2. A written 15 year warranty against 10% loss of face fiber, and a 15 year warranty against edge raveling, snags, picks, runs, and delaminating will be provided in writing by the contractor to the Government. 2.9.3. The Contractor shall provide at the completion of work, on a single sheet of company letterhead the following information: 2.9.3.1. Location of Work. 2.9.3.2. Name of Carpet Manufacturer, Pattern, and Color. 2.9.3.3. Date of Installation. 2.9.3.4. Method of Installation. 2.9.3.5. Disposal Certification. 2.9.3.6. Manager Names and Company Phone Numbers. 3.0 GOVERNMENT FURNISHED FACILITIES AND SERVICES. Reclamation will furnish the reports to be reviewed, and any necessary supporting information. 4.0 LOCATION: All performance will occur at the Denver Federal Center, 6th and Kipling Streets, Denver, CO 80225-0007, Building 56, 1000 Wing. 5.0 PERIOD OF PERFORMANCE. The period of performance will commence on date of issuance of the award and will end 60 days later. 6.0 REGULATIONS/POLICIES: Fully comply with Reclamation and Safety Health Standards (RSHS), including errata. RSHS is available at: www.usbr.gov/ssle/safety/RSHS/rshs.html. 7.0 SECURITY: 7.1 All Contractor produced and Government furnished information contract is designated "Official Use Only - SENSITIVE (FOUO/SENSITIVE)." This information shall not be shared with anyone outside of Reclamation. 7.2. The Contracting Officers Representative will assist with the Contractor's entry into secure areas and inform the Contractor of security procedures. The Contractor shall comply with all security procedures. 7.3. Reclamation has identified specific security sensitivity designations for information related to Reclamation facilities. 7.4. The Contractor shall be required to supply Reclamation with the legal names and other personal information of employees who will be working under this contract. 7.5. Reclamation reserves the right to perform security checks on Contractor employees. 8.0 DELIVERABLES: If other tasks are required, prior written authorization and/or a modification to this PWS (Performance Work Statement) shall be provided by the Contracting Officer. 8. Deliverable Table. SOW ParaDeliverableDueDeliver to 2.10.1Site inspection report (if required)To COR and CO within 10 days following the initial site inspectionCOR: 1 copy in electronic format and 1 hard copy CO: 1 copy in electronic format 2.9.2Carpet Information and warranty InformationTo COR and CO within 2 days following final acceptance of the installed productCOR: 1 copy in electronic format and 1 hard copy CO: 1 copy in electronic format 9.0 QUALITY: 9.2 Performance-Based Contracting. Quality shall be measured based on the following: SOW ParaPerformance ObjectivePerformance Goal 2.4 2.5 2.5.1 2.8.1 2.9.3Reports are submitted within required timeframes and are accurate with few grammatical errors and no more than one resubmission request for technical revision.100% of the time. 2.3Contractor met proposed schedule100% of the time. 10.0 POINTS OF CONTACTS (POC): The POCs for this PWS are: Contracting Officer/CO: Paul Pierson Bureau of Reclamation Acquisition Operations Group, Denver PO Box 25007 Denver, CO 80225-0007 (303) 445-2440 ppierson@usbr.gov Contracting Officer's Representative/COR: Mary Lou McCandless Bureau of Reclamation P.O Box 25007 Denver, CO 80225-0007 (303) 445-3274 mmccandless@usbr.gov Contract Specialist/CS: Al Phillips Bureau of Reclamation P.O Box 25007 Denver, CO 80225-0007 (303) 445-2449 aphillips@usbr.gov 11.0 Identification of Contractor Employees: All Contract personnel shall identify themselves as Contractors. Whether attending meetings, answering Government telephones, or working in other situations where their Contractor status is not obvious to third parties, they shall make their status known to avoid creating an impression that they are Government employees. They shall also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation in the development of the produce is appropriately disclosed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/61ed50cdac740962954f9cc73ee31ef7)
 
Place of Performance
Address: Denver Federal CenterBuilding 56, Room 1000Denver, CO 80225
Zip Code: 802250007
 
Record
SN02866235-W 20120906/120905000010-61ed50cdac740962954f9cc73ee31ef7 (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.