|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,1998 PSA#2034NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000 Z -- REPLACEMENT OF CARPET WITH CARPET TILES AT N258: ACCOMPLISH SOL
RFQ2-36775MXC DUE 030598 POC Michael J. McIntyre, Contracting Officer,
Phone (650) 604-1364, Fax (650) 604-3772, Email
mmcintyre@mail.arc.nasa.gov -- Michael J. McIntyre, Contracting
Officer, Phone (650) 604-1364, Fax (650) 604-3772, Email
mmcintyre@mail.arc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/ARC/date.html#RFQ2-36775MXC. E-MAIL: Michael
J. McIntyre, mmcintyre@mail.arc.nasa.gov. This notice is a combined
solicitation/RFQ for commercial items prepared in accordance with the
format in FAR Subpart 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation; quotes are being requested and a written solicitation
will not be issued. This procurement is being conducted under the
Simplified Acquisition Procedures (SAP). The purpose of this
procurement is to remove the existing deteriorated roll carpet and
replace it with new "carpet tiles" and rubber base in accordance with
the below listed statement of work, paragraphs 1. through 5.1: Plant
Engineering Branch (JFP) Statement of Work (Mary Chow, 2/11/98) 1.
Scope: 1.1 Title: Replacement of Carpet with Carpet Tiles: Accomplish
1.2 Location of Work: NASA Ames Research Center, Building N258, Rooms
134 and 232 2. References: 2.1 None 3. Requirements: 3.1 Remove and
re-install interference's necessary to accomplish the requirements of
this Statement of Work. 3.2 Remove existing and install new, the carpet
in 1.2. Approximately 10,065 square feet of new carpet tiles required.
3.2.1 Exact measurements shall be field verified by contractor. 3.2.2
Carpet tiles shall be Interface "Notes Solids". Color shall be
"Night", #5630, 28 0unce, with a ten(10) year limited wear warranty or
equal. 3.2.3 "Renovisions Non-Disruptive Lift System" shall be used
for installation to facilitate minimal personnel disruption. 3.3
Install new, approximately 1,250 linear feet of 4-inch high rubber
topset base. Exact measurements shall be field verify by contractor.
3.3.1 Topset rubber base shall be Burke. Color shall be "Tahoe", #303,
4-inch high or equal. 3.4 All materials considered "equals" shall be
submitted to the Government for approvals prior to installation.
Contractor shall be responsible for all material total lengths or
square footage's at plus or minus 10 percent of what is listed in this
statement of work. Check Point (Final Inspection) 3.5 Accomplish a
final carpet tile inspection to verifyquality and appearance of work.
Carpet tile shall be cleaned free of all dust, dirt, debris, loose
carpet tile fibers and other foreign matter. Static dissapative
qualities shall be proven to be a maximum of 3KV. 4. Notes: 4.1 The
term "Check Point" is a point in time when the contractor shall notify
the Contracting Officer for a Government mandatory inspection. The
Government shall be given a minimum of four (4) hours prior notice of
intent to accomplish a Check Point. If a the Check Point is canceled,
the contractor shall immediately notify the Contracting Officer and
reschedule the Check Point. 4.2 The contractor shall work this
Statement of Work in conjunction with any requirements of the Building
(N258) Safety Representative and the Contracting Officer. 5.
Government Furnish Material (GFM): 5.1 None The provisions and clauses
in the RFQ are those in effect through FAC 97-46. This procurement is
a total 100 percent small business set-aside. See Note 1. The SIC code
and the small business size standard for this procurement are 1752 and
7M, respectively. The quoter shall state in their quotation their size
status for this procurement. All qualified responsible business sources
may submit a quotation which shall be considered by the agency. The
DPAS rating for this procurement is DO-C9. A "walk-through" will be
conducted for interested parties by PLANT ENGINEERING BRANCH(JFP)'s
Mary Chow on Wednesday, 02/25/98, starting at 09:00AM sharp, and
meeting at building 19, room 1041. Please submit a list of
company/personnel names of the interested parties by mail or to FAX
(650)604-7532 no later than 2:00PM on 02/24/98 to receive visitor
badging. Quotations for the items(s) described above may be mailed or
faxed to the identified point of contact or Mary Chow at (650)604-7532,
by the date/time specified and include, solicitation number, proposed
delivery schedule, discount/payment terms, warranty duration (if
applicable), taxpayer identification number (TIN), identification of
any special commercial terms, and be signed by an authorized company
representative. Quoters shall use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
quotation. Quoters shall provide the information required by FAR
52.212-1. If the end product(s) quoted is other than domestic end
product(s) as defined in the clause entitled "Buy American Act --
Supplies," the quoter shall so state and shall list the country of
origin. The Representations and Certifications required by FAR 52.2l2-3
may be obtained via the internet at URL:
http://nais.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is
applicable. FAR 52.212-5 is applicable and the following identified
clauses are incorporated by reference. Applicable references are:
52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3,
52.225-9, 52.225-21, 52.222-41, and 52.222-42. Questions regarding this
acquisition must be submitted "in writing" no later than 03/02/98.
Quotations are due by COB, 02:30PM, PST, Thursday, March 5, 1998 to the
address specified below and to the attention of Mary Chow, Plant
Engineering Branch, Building 19, Room 1041. Award will be based upon
overall best value to the Government, with consideration given to the
factors of proposed technical merits, price and past performance; other
critical requirements (i.e., delivery) if so stated in the RFQ will
also be considered. Unless otherwise stated in the solicitation, for
selection purposes, technical, price and past performance are
essentially equal in importance. It is critical that offerors provide
adequate detail to allow evaluation of their offer (see FAR
52.212-1(b). Quoters must provide copies of the provision at 52.212-3,
Offeror Representation and Certifications -- Commercial Items with
their quote. See above for where to obtain copies of the form via the
Internet. An ombudsman has been appointed -- See Internet Note "B". It
is the quoter's responsibility to monitor this site for the release of
amendments (if any). Potential quoters will be responsible for
downloading their own copy of this combination solicitation/RFQ and
amendments (if any). Any referenced notes can be viewed at the
following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0043) Loren Data Corp. http://www.ld.com (SYN# 0136 19980218\Z-0003.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|