Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27, 2000 PSA #2715
SOLICITATIONS

99 -- CARPET AND TILE OF BUILDING 661 COMMAND SECTION

Notice Date
October 25, 2000
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
ZIP Code
29404-5021
Solicitation Number
F38610-00-P-0023
Response Due
November 6, 2000
Point of Contact
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
E-Mail Address
Karen Wenner (Karen.Wenner@charleston.af.mil)
Description
Solicitation Number: F38610-00-P-0023 Posted Date: 25 Oct 00 Response Date: 6 Nov 00 Document Type: Pre-solicitation Notice 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 661) CE COMMAND SECTION 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 CARPET REPLACEMENT BLDG. 661, COMMAND SECTION STATEMENT OF WORK 1. Remove existing carpet as shown on the location drawing, provided as requested. The existing carpet is installed on top of asbestos tile. . If floor tile under carpet tiles come loose when carpet is removed, the contractor shall stop work and notify Mr. Kerry Stringer, 963-2708, in the Civil Engineer Environmental Flight before proceeding. It is recommended the Contractor make a site visit to check measurements, layout, and furniture. The walls shall be protected from any damage during removal and installation. The removed carpet becomes the property of the Contractor and shall be disposed of properly off of Charleston Air Force Base. 2. Furnish and install approximately 120 square yards of carpet. The square yardage listed is an approximation of the floor space. The contractor shall be responsible for ordering the proper amount of carpet. Carpet Brand: Lees Carpet Style: Rivera Carpet Pattern: L1395 Carpet Color: 417 Lapis 3. Furnish and install approximately 15 square feet of rubber floor tile over properly prepared existing floor tile at the entry way as shown on the location drawing. Rubber Tile Brand: Roppe Rubber Tile Style: Standard Profile Raised Circular Design Rubber Tile Color: 150 Dark Gray 4. Furnish and install approximately 12 feet of edging/stripping in all areas where floor covering material changes or at the termination edges of the carpet. Edging/stripping will match the color of the rubber floor tile. 5. 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. 6. 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 out all desks, book shelves, and work areas, desks and filing cabinets may have to be emptied in order for the Contractor to move them. 7. Time for carpet removal/installation will be scheduled with Mr. Daryl Lareau, 963-5009. 8. Contractor shall protect all government property in and around the job site. Clean-up: The contractor shall clean up on a daily basis so as not to create any safety hazards for employees who might be in the area for duty other than regular duty hours. The contractor shall clean up immediately after the installation is completed. 9. SITE VISIT IS SCHEDULED FOR 1 NOV 00 AT 2:30 P.M. WITH A PRE MEETING IN BUILDING 503 (CONTRACTING SQUADRON) FOLLOWED BY SITE VISIT AT BUILDING 661. Responses to this combined synopsis/solicitation must be received via email, fax, mail or delivery by 6 NOV 00, no later than 4:30 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. or to http://437contracting.charleston.af.mil . All responsible sources may submit a quotation, which shall be considered by the agency. Points of Contact: Karen Wenner, Contract Specialist, Phone (843) 963-3327, Fax (843) 963-5183/2850, Email Karen.Wenner@charleston.af.mil or Anna Nix, Contract Specialist, Phone (843) 963-5157, Fax (843) 963-5183/28502829, Email Anna.Nix@charleston.af.mil Email your questions to Karen Wenner at Karen.Wenner@charleston.af.mil
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F38610-00-P-0023&LocID=514)
Record
Loren Data Corp. 20001027/99SOL008.HTM (D-299 SN505134)

99 - Miscellaneous Index  |  Issue Index |
Created on October 25, 2000 by Loren Data Corp. -- info@ld.com