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