Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11,1996 PSA#1739

Commander, USAINSCOM SPT BN (PROV), ATTN: DCO 8825 Beulah Street, Fort Belvoir, VA 22060-5246

R -- INSTALLATION OF CARPET SOL DASC01-97-R-0003 DUE 121996 POC Alice Kenny, (703) 706-2778/Contracting Officer, Cheryl Jamison, (703) 706-2766. This is a combined synopsis/solicitation for a commercial item (service) prepared in accordance with 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 solicitation is issued as a result for proposal (RFP). The solicitation document incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 90-42. This is a 100% small business set-aside. The Standard Industrial Classification code is 1752. The statement of work is as follows. Scope: The contractor shall remove and install approximately 19,755 square yards of Government furnished carpet and associated materials for the Nolan Building located at 8825 Beulah Street, Ft Belvoir, VA 22060. Requirements: 1.0 General Requirements 1.1 A pre-installation conference will be held to coordinate schedule of installation and worksite unique security requirements.1.2 All work shall be performed Monday through Friday: 5:00 p.m. through 2:00 a.m. and on weekends: 8:00 a.m. through 5:00 p.m. 1.3. All work shall be accomplished in a manner to keep disruption to a minimum level. 1.4 Installation shall be sequential and the contractor shall coordinate all scheduled work with the designated government representative. 1.5 All contractor employees shall be escorted while on the work site, as applicable, due to security requirements. 1.6 The contractor shall use a vertical lift system when working with the existing UNICORE modular furniture. Disassembly of wall panels is prohibited. Movement of any equipment to facilitate carpet removal or installation is also prohibited unless the designated government representative consents. No crow bars, levers, wooden blocks, hydraulic or other prying devices shall be used on any furniture. 1.7 Any areas begun during the work shift shall be completed by the end of the work shift and all furniture returned to its original locations. Each nightly transition of new and old carpet shall integrate cleanly with no open floor areas or trip hazards. 1.8 The contractor shall, after each installation session, clear all debris from the work site and vacuum the area. 1.9 Upon completion of carpet installation the Government designated representative will inspect and verify that all work is complete. All work found unacceptable shall be removed, replaced and reinstalled at no cost to the Government within one working day. 2.0 Removal of Existing Carpet 2.1 The contractor shall remove existing carpet tile/broad loom carpet in accordance with standard commercial practices for each area to be recarpeted during that work shift. 2.2 all old material shall be removed and recycled or otherwise properly disposed of by the contractor. 2.3 The existing edge stripping and carpet matting in the lobby and any adhesive residue on the floor shall be removed. 3.0 Installation of New Carpet 3.3.1 Removal of existing carpet and installation of new carpet shall occur as follows: a. Begin January 15, 1997-Floor B2 b. Begin February 15, 1997-Floor B1 c. Begin March 15, 1997-Floor GF and d. Begin April 15, 1997-Floor 2. 3.3.2 All carpeting shall be installed via the full spread method using pressure sensitive solvent free (non-VOC) adhesive. 3.3.3 The carpet tile shall be installed so as to ensure modular integrity (one contiguous floor without regard to walls or partitions). Use of piece tiles shall be limited to installation along fixed walls. Piece tiles shall not be used in open areas. 3.3.4 The cove base shall be installed with solvent free (non-VOC) adhesive. 3.3.5 All transition strips/reducers shall be installed using solvent free (non-VOC) contact adhesive film. 3.3.6 All access covers shall be carpeted using solvent free (non-VOC) contact adhesive film. 3.3.7 The modular mat frame for the lobby level shall be custom fabricated on site. Design of the frame and its location shall be consistent with existing layout and coverage. Frame shall be constructed to provide a continuous, contiguous appearance when carpet tile is installed. Carpet tile shall be installed within the frame in full pieces to provide ease of replacement (except in oversized areas). 3.3.8 The contractor shall provide a one year labor and materials warranty on workmanship. Final inspection and acceptance is at destination. The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 1995). FAR 52.212.2, Evaluation -- Commercial Items (Oct 1995), with the following evaluation criteria to be included in paragraph (a): (i) lowest price and (ii) past performance. Importance of the specific evaluation criteria is in descending order and will be based on information submitted in response to this RFP. It is recommended that information be included that demonstrates that the service offered meets all of the solicitation requirements; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 1995); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 1995), to include 52.222-3, Convict Labor, 52.233-3, Protest after Award, 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era. Addenda to the solicitation includes: FAR 52.237-1 Site Visit (APR 1984), DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items (Nov 1995) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Applicable to Defense Acquisitions or Commercial Items (Nov 1995). In compliance with the said clause the following additional DFARS clauses are incorporated as part of this acquisition: DFARS 252.233-7000, Certification of Claims and Requests for Adjustment or Relief. DFARS 252.247-7024, Notification of Transportation Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate, DFARS 252.225-7006, Buy American Act and Balance of Payment Program. A site visit is highly recommended prior to proposal submission. The only site visit date is Dec 12, 1996. POC is Greg Gray (703) 706-2252. The place is the Nolan Building located at 8825 Beulah Street, Ft Belvoir, VA. All responsible sources should submit a proposal to the U.S. Army Intelligence and Security Command (INSCOM), Directorate of Contracting Operations, ATTN: Alice Kenny, 8825 Beulah Street, Ft Belvoir, VA 22060-5246. Proposals shall be received by 1:00 p.m., December 9, 1996. Special proposals requirements: 1. Include 3 project references with size, date and customer contact with phone number in the proposal. 2. Provide verification of both workmen's compensation for all employees staffing the project. 3. Provide certification for non-VOC adhesives to be used in carpet installation. See Numbered Note(s): 1. (0344)

Loren Data Corp. http://www.ld.com (SYN# 0073 19961211\R-0014.SOL)


R - Professional, Administrative and Management Support Services Index Page