Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
SOURCES SOUGHT

N -- Carpet and Painting Services

Notice Date
5/10/2017
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-CARPETPAINTING
 
Archive Date
6/2/2017
 
Point of Contact
Barbara J. Simmons, Phone: 4103062742
 
E-Mail Address
barbara.j.simmons48.civ@mail.mil
(barbara.j.simmons48.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This Sources Sought/Request for Information is for planning purposes, and is not to be considered an invitation for bid, request for quotation, or as an obligation on the part of the Government to acquire any products or services. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information request. Respondents will not be notified of the results of the evaluation of the information they provide. No contract award will be made on the basis of responses received. The information will be used in a Market Research Report assessment of sources capable of providing the Carpet and Painting Services. STATEMENT OF WORK ASYMMETRIC WARFARE GROUP Carpet and Painting Services The contractor, as an independent contractor and not as an agent of the Government, shall provide the necessary resources (except those furnished by the Government) to accomplish the tasks of the type set forth below: 1. The following materials and services are required in order to present a sanitary and professional appearance in an existing building. 2. The scope of work for this requirement follows: Contractor shall: Carpet Service: A. Provide all labor and materials to remove and dispose of current carpet in existing building. Provide all labor and materials to clean and hard buff concrete floor to accept new tile. C. Provide all labor and materials to install carpet in areas indicated. Carpet will closely match current carpet and be approved by government prior to work beginning. D. Provide 40 spare carpet squares. E. Approximate square footage 8,711. Painting Services: A. Remove light switch and outlet covers. Remove other items from the wall in order to provide a complete and professional paint job. B. Provide all labor and materials to complete wall prep as needed to close any holes or imperfections in walls after items are taken off the wall. C. Paint walls and doors with two coats of premium paint that closely matches the current wall/door color (3 colors). D. Remove and dispose of all debris. E. Replace all items removed from walls by contractor. F. Provide 1 Gallon of each color of paint (spare). 3. Standards A. Carpet to be installed will be carpet squares approximately 18" X 18" (Plus or minus 6") B. Carpet to be installed will present a professional appearance with no gaps between squares or between carpet and wall. C. All doorway reveals, edging and building kick plates are reinstalled. D. All furnishings are replaced in original location and orientation. All furnishings are correctly wired for operation. E. Work area is left in a clean and neat appearance and any areas that need touch up painting are completed. 4. Working conditions A. Contractor must present a plan that reduces disruption of work to the maximum extent possible. B. The building is furnished with desks, tables, chairs, a safe and work stations that are hard wired to the building (hereby called furnishings). 1) Contractor will provide all labor and materials to temporarily relocate or otherwise shift furnishings to enable carpet removal, installation and painting. 2) Contractor will provide any electrical work needed to to move or shift furnishings. C. This is a secure area. Contractor will be required to be badged prior to entry and be escorted at all times. 5. Operations Security (OPSEC) Plan. IAW AR 530-1, contractor will follow the unit's OPSEC procedures. The contractor is not required to take OPSEC training, but the most important OPSEC requirement for contract personnel is not to disclose specific details of what they have observed that is not publicly available knowledge with personnel who do not have a need to know. 6. Physical Security: The Contractor shall be responsible for safeguarding all equipment, information, and property. At the close of each work period, Government facilities, equipment, and materials shall be secured. 7. The Government shall control access to the facility and shall perform the inspection and acceptance of completed work and tasks. 8. CONTRACTOR MANPOWER REPORTING. The Contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the U.S. Army Asymmetric Warfare Group (AWG) via a secure data collection site. The Contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on "Department of the Army CMRA" or the icon of the DOD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on "send an email" which is located under the help resources ribbon on the right side of the login page of the applicable service/component's CMR website. SITE VISIT - 19 May 2017, 10:00 am EST, Ft Meade 20755, POC for Site Visit: james.p.beckman.civ@mail.mil, Cell # 301-833-5065. Please respond for Site Visit no later than 18 May 2017, 9:00 am EST to James Beckman.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/efa33e53d33f3f970ff892bedca942e7)
 
Place of Performance
Address: U.S. Army Asymmetrical Warfare Group (AWG), Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN04503407-W 20170512/170510235340-efa33e53d33f3f970ff892bedca942e7 (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.