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