Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 13,2000 PSA#2641

180th Fighter Wing, Ohio Air National Guard, Attn: LGC, 2660 S. Eber Rd, Swanton, OH 43558-9645

Z -- REMOVE AND REPLACE FLOOR COVERING IN BLDG 26 SOL DAHA3300T6094 DUE 072400 POC TSG LAURABELL TRACY 419-868-4314 or fax 419-868-4222 E-MAIL: Need RFQ package -- Remove and Install carpet for Bldg, laurabell.tracy@ohtole.ang.af.mil. 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 is a request for quotationS (RFQ) and the solicitation number is DAHA3300T6094. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-18 and DCN20000627. The proposed acquisition is 100% small business set-aside. The standard industrial classifications (SIC) code for this requirement is 1752 and the small business size standard is $7 million. Item 0001: Location: Building 26. General intention: Remove all carpet and base cove in restroom in building 26 classrooms. The walls shall be protected from any damage during removal and installation. The contractor shall install contractor furnished carpet, contractor furnished base cove, government furnished carpet and government furnished vinyl flooring in classrooms and restroom as per attached drawing and statement of work. The removed carpet and cove base becomes the property of the Contractor and shall be disposed of properly off of the 200th RHS, Camp Perry, Port Clinton, Ohio. Contractor shall install government-furnished carpet (approximately 160 SY) in Bldg. 26, rooms 113,114,118,119 and 120. Carpeting will be direct glued with contractor furnished adhesive materials. Install in Bldg 26, approximately 72 SY of government furnished Corlon vinyl in Room 116 and in the North and West entryways. Furnish and install new carpeting (approximately 145 SY in Bldg. 26, rooms 112,115,117 and hallway. Carpeting should match existing government furnished carpet equal to Mohawk Aspects Series style: "Simplistic, Color: 727/Nuance. Furnish and install in Bldg 26 restroom 4" cove base. All products shall be installed according to industry standards and manufacturer recommendations. The Contractor shall be responsible for ordering the proper amounts of materials. Any quantities listed in this statement of work are approximations. The Civil Engineer POC is CMS Ted Kunselman 419-635-2786. Site visits can be arranged by calling CMS Ted Kunselman at 419-635-2786 or Mrs. Susie Charlton 419-635-2787. The Government 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 which may have to be emptied in order to be moved subsequent to installation. The Government shall be responsible for lifting, jacking, or moving all furniture subsequent to installation. Time for carpet installation will be scheduled with CMS Ted Kunselman 419-635-2786 or Mrs. Susie Charlton 419-635-2787, and they will coordinate with the Contractor and government employees when carpet is being installed. Contractor shall protect all government property in and around the job site. On arrival at the base and before commencing work the contractor will notify CMS Ted Kunselman 419-635-2786 of their presence. Commencement and prosecution of work: contractor will be required to commence work within thirty calendar days after the date of receipt of award of contract and prosecute said work diligently until entire job is completed and ready to use. On completion of the work the contractor will notify CMS Ted Kunselman for inspection of work. Safety: The Contractor shall comply with all safety requirements, rules, and regulations in effect by federal, state and local laws. Clean up: Clean up will be performed immediately after all work is accomplished. The contractor shall clean up the area of all debris and material used. Delivery to be 15 days from date of award; delivery to 200th RHS, 1200 North Camp Perry Road East, Port Clinton, Ohio 43452. FOB Destination. Quotes other than FOB DESTINATION will be rejected. The following Federal Acquisition Regulation (FAR) and Defense Acquisition Federal Regulation Supplement(DFARS) provision and clauses apply to this Acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items, FAR52.212-3 Offerors Representations and Certification Commercial Items, FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.215-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 WITH THEIR QUOTE. The offeror is required to provide their Contractor's DUNS Code and Commercial and Government Entity (Cage) code with their quote. The contractor must for that name and addresses provide the Cage Code entered. Offerors are required to be registered in the Central Contractor Registration database (CCR) to be awarded DOD contracts. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website (www.ccr.dlsc.dla.mil). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. Evaluation for award will be based on price and price related factors. If you are interested in bidding on this project, please contact TSgt Laurabell Tracy at 419-868-4314 to have a RFQ package mailed. The RFQ package will contain a copy of the statement of work and AutoCAD (Floor Plan -- building 26) drawing. Offers responding to this announcement shall submit their offers in accordance with FAR 52.212-1. Indicate on the solicitation with your RFQ the solicitation number. The closing date for this solicitation is 24 July 2000, no later than 8:00 AM E.S.T. Submit offers by mail to 180th Fighter Wing, Base Contracting Office, 2660 S. Eber Road, Swanton, Ohio 43558-9645 or fax offers to (419-868-4222), Attn: SMSgt Cindy Martin. Posted 07/11/00 (W-SN473450). (0193)

Loren Data Corp. http://www.ld.com (SYN# 0206 20000713\Z-0045.SOL)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |


Created on July 11, 2000 by Loren Data Corp. -- info@ld.com