Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,2000 PSA#2633

Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021

99 -- FLOOR TILING AND CARPET REMOVAL AND REPLACEMENT FOR BUILDING SOL F38610-00-T-0016 DUE 063000 POC Karen Wenner, Contract Specialist, Phone (843) 963-3327, Fax (843) 963-5183/2850, Email Karen.Wenner@charleston.af.mil -- Anna Nix, Contract Specialist, Phone (843) 963-5157, Fax (843) 963-5183/28502829, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=F38610-00-T-0 016&LocID=514. E-MAIL: Karen Wenner, Karen.Wenner@charleston.af.mil. General Information Document Type: Pre-solicitation Notice Solicitation Number: F38610-00-T-0016 Posted Date: June 21, 2000 Response Date: June 30, 2000 Archive Date: Classification Code: 99 _ Miscellaneous Contracting Office Address: Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC 29404-5021 Description: Floor Tiling and Carpet Removal and Replacement (Building 254) -- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. The resulting award is set aside for small business set-aside program and/or hub zone. The SIC is 7299 with a $5 million dollar size standard. Recommended brands are suggested, if an _or equal_ brand is proposed, specifications are required. It shall be justified and approved in accordance with FAR 6.303 and 6.304. The following clauses and provisions are incorporated and will remain in full force in any resultant award: FAR 52.212-1, Instructions to offeror- Commercial Items (Nov 1999) is incorporated by reference and applies to this solicitation; The provision 52.212-2 Evaluation-Commercial Items (Feb 2000); FAR 52.212-5 Contract Terms and Conditions-Commercial Items (May 1999) are incorporated by reference and apply to this acquisition; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Feb 2000) are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply: FAR 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.222-26 Equal Opportunity (Feb 1999); FAR 52.222-35 Affirmative Actions for Veterans and Veterans of the Vietnam Era (Apr 1999); FAR 52.222-36 Affirmative action for workers with Disabilities (29 U.S.C. 793) (Jun 1998); FAR 52.222-37 Employment Reports on Disable Veterans and Veterans of the Vietnam Era (Jan 1999); FAR 52.222-41 Services Contract Act of 11965, as amended (May 1989); DFARS 252.204-7004 Required Central Contractor Registration (Mar 1998) are incorporated by reference and applies to this acquisition; FAR 52.232-33 Payment By Electronic Funds-Central Contractor Registration (May 1998); and DFARS 252.225-7001 Buy American Act and Balance of Wage Determination 94-2473 (Rev. 16) as revised 10 Aug 1999 applies to this solicitation. All contractors are reminded that Central Contractor registration is mandatory, you can access this via their web-site. The Statement of Work and wage determination may be downloaded from the Electronic Posting System (EPS) web-site at http://www.afmc.wpafb.af.mil/organizations/HQ-AFMC/PK/afciro/index.htm. All contractors are reminded that Central Contractor Registration (CCR) is mandatory, you can accessthis via their web-site. The Statement of Work and wage determination may be downloaded from the Electronic Posting System (EPS) web-site at http://www.afmc.wpafb.af.mil/organizations/HQ-AFMC/PK/afciro/index.htm FLOOR COVERING REPLACEMENT IN SECURITY FORCES, BLG. 254 -- - STATEMENT OF WORK -- - 1. Remove existing carpet and cove base throughout the entire facility. SSgt. Mike Medus, 963-3602, will show all locations. Rooms that do not have carpet will have the cove base replaced. The walls shall be protected from any damage during removal and installation. The removed carpet and cove base becomes the property of the Contractor and shall be disposed of properly off of Charleston Air Force Base. 2. Furnish and install approximately 1050 square yards of carpet tile. The square yardage listed is an approximation of the floor space. The contractor shall also provide an additional 50 square yards of carpet tile for future replacement use (attic stock). Carpet Brand: Shaw/Networx Carpet Pattern: Madrid II SQ (18_x18_) Carpet Color: Loganberry #06900 3. Furnish and install approximately 800 square feet of rubber floor tile in the weapons issue room. This room will also have a red tile inlay for 3_ wide lines. SSgt. Medus will show the location of the tile inlay. The contractor shall be responsible for ordering the proper amount of floor tile. Furnish and install new rubber stair tread in the Control Center. Tile and Stair Tread Brand: Roppe Pattern: Raised Circular Design, low profile Color: LP 193 Black Brown Accent Tile Brand: Roppe Pattern: Smooth Color: #186 Red 4. Furnish and install approximately 500 square feet of quarry tile and base in locations as indicated on the attached floor plan. Quarry tile and grout will match the existing quarry tile and grout. 5. Furnish and install approximately 2800 linear feet of 4_ high cove base. Cove Base Brand: Roppe Cove Base Color: 93 Black Brown 6. Furnish and install edging/stripping in all areas where floor covering material changes or at the termination edges of thecarpet tile. Edging/stripping will match the color of the cove base. 7. All products shall be installed according to industry standards and manufacturer recommendations. The Contractor shall be responsible for ordering the proper amounts of products. Any quantities listed in this statement of work are approximations. 8. The Contractor shall be responsible for lifting, jacking, or moving all furniture. Government employees will accomplish the following as needed: removing and re-installing all computer related equipment; clear off all desks, book shelves, and work areas; and desks and filing cabinets may have to be emptied in order for the Contractor to move them. 9. Time for carpet installation will be scheduled with SSgt. Mike Medus, 963-3602, and he will coordinate with the Contractor and government employees when carpet is being installed. The Civil Engineer POC is Mr. Daryl Lareau, 963-5009. 10. Contractor shall protect all government property in and around the job site. Clean up will be performed immediately after all work is accomplished. -- -- Responses to this combined synopsis/solicitation must be received via email, fax, mail or delivery by June 30, 2000 no later than 4:00 PM Eastern Central Time. Request should be marked with the solicitation number and addressed to Karen Wenner or Anna Nix. For more business opportunities, visit the web site of http://www.selltoairforce.org, a link to SBA, http://www.sba.gov. All responsible sources may submit a quotation, which shall be considered by the agency. Point of Contact: Karen Wenner, Contract Specialist, Phone (843) 963-3327, Fax (843) 963-5183, Email Karen.Wenner@charleston.af.mil or Anna Nix, Contract Specialist, Phone (843) 963-5157, Fax (843) 963-5183, Email Anna.Nix@charleston.af.mil Posted 06/28/00 (D-SN469288). (0180)

Loren Data Corp. http://www.ld.com (SYN# 0233 20000630\99-0008.SOL)


99 - Miscellaneous Index Page