Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1999 PSA#2375

United States Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue, Building 5681, Bolling AFB, DC, 20332-0305

72 -- REMOVE AND REPLACE CARPET AND VINYL FLOORING SOL F49642-99-T-0294 DUE 070699 POC Daffeney Dortly, Contract Specialist, Phone 2027677873, Email daffeney.dortly@bolling.af.mil -- Keith Upah, Contract Specialist, Phone 202-767-7965, Fax 202-767-7896, Email keith.upah@bolling.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F49642-99-T-0 294&LocID=207. E-MAIL: Daffeney Dortly, daffeney.dortly@bolling.af.mil. This is a combined synopsis/solicitation 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; proposals are being requested and a written solicitation will not be issued. This a request for quotation (RFQ) _ 99T0294. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97.5. This is a small-business set aside. The standard industrial classification code is 1752 and the small business standard is $7 million. The 11th Contracting Squadron intends to procure on a competitive basis a non-personal service to include all personnel, equipment, tools, materials, transportation, supervision and other items and services necessary to remove existing carpet and vinyl tiles and provide and install new carpet, cove base, vinyl flooring and wall covering in Bldg 1305, Bolling AFB, DC. Description of services: The contractor shall remove existing carpet and cove base and provide and install new carpet and cove base, as listed below. The following short work description shall serve as general information only, and shall not limit the contractor_s responsibility or obligation to conform to all state laws, local laws and in accordance with manufacturer_s recommendations. General requirements: Contractor shall remove existing carpet, vinyl tiles and cove base and install the following or equal materials: Collins and Aikman carpet tiles, Style: Luminaire, Tortoise color 41204. The estimated area for carpet installation is approximately 4,740 square feet. Contractor shall remove existing vinyl tile and replace with the following or equal material: Congoleum vinyl tiles, Pattern: Choices, color CH-31 Steel, size 12_ X 12_, gauge 1/8_. The estimated area for vinyl flooring installation is approximately 320 square feet. Contractor shall patch small holes, ridges and indentations in wall before installing Collins& Aikman wall covering or equal, Pattern: Nicobar PRC1511021, color Pearl Gray, wt per yd: 15oz. The estimated area for wall covering is approximately 100 square yards. The contractor is responsible for verifying all quantities and measurements. Contractor shall provide materials produced by a single manufacturer for each type required, including adhesives. Materials shall be delivered to project site in original factory wrappings and containers, clearly labeled with identification of manufacturer, brand name, pattern name, quality of grade, fire hazard classification, and lot number. Store materials in original undamaged packages and containers, inside well ventilated area protected from weather, moisture, soiling; laid flat, blocked off ground to prevent damage to materials to be installed. Contractor shall comply with instructions and recommendations of manufacturer for special delivery, storage, and handling requirements. All carpet removed shall be disposed of by the contractor at an off base site, meeting all local, County, State and Federal regulations. The contractor shall specialize in carpet and wall covering installation with installers having no less that 2 years experience in installation of carpet and wall covering or projects similar to that required in the statement of work. A site visit of the facility is scheduled for 1 July 1999 at 9:00am. Those who wish to be in attendance, please fax request to SSgt Daffeney L. Dortly or Mr. Keith Upah, (202)767-7896. Request must include name, address, telephone number, business size/type, cage code, tax ID number and DUNNS number, as well s type of business (i.e., woman or minority owned, etc.). All responses must be received by close of business on 6 July 1999. Award of this solicitation will be made at or around 12 July 1999. Contractors must be registered in the Central Contractor Registration to be eligible for award. Contractors can contact the CCR by calling 1-888-22-2423. The following statements, clauses and provisions are incorporated in this solicitation: 52.212-1, Instructions to Offerors _ Commercial. 52.212-3, Offeror Representation and Certifications _ Commercial Items. 52.212-4, Contract Terms and Conditions- Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders _ Commercial Items. Questions concerning the solicitation may be addressed to SSgt Daffeney L. Dortly (202)767-7873 or Mr. Keith Upah (202)767-7965. Posted 06/23/99 (D-SN346455). (0174)

Loren Data Corp. http://www.ld.com (SYN# 0359 19990625\72-0001.SOL)


72 - Household and Commercial Furnishings and Appliances Index Page