Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 17, 2000 PSA #2729
SOLICITATIONS

Z -- GOVERNMENT-FURNISHED CARPET REMOVAL & INSTALLATION; COVE BASE REMOVAL & INSTALLATION

Notice Date
November 15, 2000
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 205 S 6th St, Bldg 318, Altus AFB, OK, 73523-5147
ZIP Code
73523-5147
Solicitation Number
F34612-01-T0009
Response Due
November 29, 2000
Point of Contact
David Clonts, Contract Specialist, Phone 580-481-7261, Fax 580-481-7472, Email David.Clonts@altus.af.mil -- Carol Loague, Contract Specialist, Phone 580-481-7261, Fax 580-481-7472, Email
E-Mail Address
David Clonts (David.Clonts@altus.af.mil)
Description
This is a combined synopsis/solicitation for commercial service 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 synopsis. A quotation is being requested and a written solicitation will not be issued. Solicitation number F34612-01-T0009 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. This acquisition is listed under the North American Industrial Classification code 235520 with a size standard of $11.5 million. The intent of this contract is to have the Contractor remove existing carpet, padding and cove base from designated rooms in three different lodging buildings (#81, #83 & #84) and dispose of it outside Altus Air Force Base. [Two buildings with 32 rooms each, measuring approximately 33 sq. yards per room. The third building has only six rooms to be done with each room measuring approximately 35 sq. yards. Measurements are only estimates.] The Contractor must install new Government-furnished carpet with attached padding and provide and install new cove base in the designated rooms for the three buildings. Contractor shall provide all cove base and adhesives required in accordance with industry standards. The cove base is to be 100% rubber, 4" and Dark Gray in color. The Contractor is to provide any and all additional materials, equipment and labor to complete the installation to the satisfaction of the Contracting Officer (C.O.) and Contracting Officer Technical Representative (COTR). Removal and disposal of existing carpet, padding and cove base as well as installation of Government-furnished carpet with attached padding and new cove base is to be completed during normal duty hours 7:30 a.m. to 4:30 p.m. Monday through Friday from Dec. 22nd, 2000 through Jan. 19th, 2001 due to availability of lodging rooms as the student population goes home for the holidays. The project must be completed no later than Jan. 19th, 2001 for the rooms to be available for students. Floors are to be prepared in accordance with the Carpet and Rug Institute's Standard of Installation of Textile Floor-covering Materials, CRI-104 and installation procedures stated on carpet instructions. Warranty guidelines require that a Certified Floor-covering Installer (CFI) install the carpet. Proof of these certification/approvals must be submitted with quote. The Contractor shall submit a Material Listing and Material Safety Data Sheet (MSDS) for all chemicals scheduled for use in the performance of this contract. Contractor shall maintain complete file of all approved MSDS's. The Contractor shall comply with Altus Air Force Base Instruction 32-7001, dated 29 APR 1999, in the performance of this contract. Contractor is responsible for disposing of all hazardous and non-hazardous material off Altus Air Force Base. Dumpsite will be according to Federal, State and Altus Air Force Base regulations. Contractor shall return new unused carpet and all remaining Government-furnished material. Please send any questions or requests to 97CONS/LGCA, ATTN: David Clonts, 205 S. 6th St. Bldg. 318, Altus AFB, OK 73523-5147. You may also call P.O.C. at (580) 481-7261, send a fax to (580) 481-7472, or e-mail at David.Clonts@ altus.af.mil. A one-time site visit is available to all interested parties on 27 Nov 00 at 1330 (1:30 p.m.) at 97th Contracting, 205 S. 6th St. Bldg. 318, Altus AFB, OK 73523. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.219-6, FAR Clause 52.212-1, Instructions to Offerors-Commercial Items, (Nov 1999). It is incorporated by reference and applies to this acquisition. It is amended to read: Submit signed and dated offer to 97 CONS/LGCA, 205 S. 6th St Bldg. 318, Altus AFB, OK 73523-5147 at or before 1530 (3:30 p.m.) CST, 29 November 2000. Submit signed and dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-7472. Offers on this acquisition shall be evaluated on the basis of price factors only. The government reserves the right to make award without discussions. FAR clause 52.212-4 (May 1999), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contractor Registration (Mar 1998). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 1999) applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates by reference the following FAR clauses: 52.222-3, Convict Labor (E.O. 11755), 52.233-3, Protest After Award (31 U.S.C. 3553), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam era, 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-18, European Sanctions for End Products (E.O. 12849), 52.232-33, Payment by Electric Funds Transfer-Central Contractor Registration (31 U.S.C. 3332), DFARS 252.225-7001 Buy American Act and Balance of Payments Program, (41 U.S.C. 10a-10d, E.O 10582). A Firm-Fixed Price Purchase Order will be issued in writing. No telephonic responses will be processed. THE STATEMENT OF NEED IS AS FOLLOWS: Statement of Need for Carpet and Cove Base Removal and Disposal Carpet with Attached Padding and Cove Base Installation 1. GENERAL: The intent of this contract is to remove existing carpet, padding and cove base and dispose of it off base at no additional cost to the government. Install new Government-furnished carpet with attached padding and cove base in Buildings 81,83, & 84 (70 rooms-to be specified.) The Contractor is to provide any and all additional materials, equipment and labor to complete the installation to the satisfaction of the Contracting Officer. 2. PERFORMANCE TIME: Performance will be accomplished from Dec. 22nd, 2000 through Jan. 19th, 2001. Existing carpet, padding and cove base are to be removed and disposed of within these 30 days. Existing cove base are to be removed and new cove base is to be installed within these 30 days. Carpet with attached padding and cove base is to be installed within these 30 days during normal duty hours 7:30 a.m. to 4:30 p.m. Monday through Friday. 3. COORDINATION OF WORK: The Contractor shall coordinate proposed schedule with the CO or Contracting Officer Technical Representative (COTR). COTR is Wayne Coats and can be reached at (580) 481-7356 ext.4018. 4. PREPARATION OF FLOOR SURFACES: Floors are to be prepared in accordance with the Carpet and Rug Institute's Standard of Installation of Textile Floor-covering Materials, CRI-104 and installation procedures stated on carpet instructions. 5. CARPET: The carpet with attached padding shall be Government furnished material. The Contractor shall furnish all remaining materials. The Contractor shall coordinate pick-up of carpet at Building 440 in the presence of the COTR (Wayne Coats, (580) 481-7356 ext.4018.) The Contractor shall notify the COTR at least eight (8) hours prior to pick-up of materials. 6. INSTALLATION OF CARPET AND PADDING: 6.1. Contractor shall remove all carpet and other debris and dispose of it off-base. The Contractor shall install the carpet with attached padding in accordance with industry standards. Warranty guidelines require that the carpet be installed by a Certified Floor-covering Installer (CFI). Proof of these certification/approvals must be submitted with quote. 7. COVE BASE: 7.1. Remove all existing cove base to allow for removal and installation of carpet with attached padding. Contractor shall provide all cove base and adhesives required to be installed in accordance with industry standards. 8. CONTRACTOR MSDS REQUIREMENTS: 8.1. The Contractor shall submit a Material Listing and Material Safety Data Sheet (MSDS) for all chemicals scheduled for use in the performance of this contract. This information shall be submitted prior to contract start date to the Hazardous Material Pharmacy, Bldg. 228, Room 134, Altus AFB, Oklahoma. Please contact the HAZMART at (580) 481-5775 if you have any questions. Contractor shall maintain complete file of all approved MSDS's. The Contractor shall comply with Altus AFB instruction 32-7110, dated 29 APR 1999, in the performance of this contract. 8.2. The Contractor will be provided with MSDS for all Government-furnished items/materials containing any hazardous chemical used to complete the removal and installation. 8.3. Contractor is responsible for the disposal of all hazardous and non-hazardous material off Altus Air Force Base. Dumpsite will be according to Federal, State and Altus Air Force Base regulations. 9. CLEANING: 9.1. Clean cove base of all foreign materials. 9.2. Contractor shall return new unused carpet and all remaining Government-furnished material to Red River Inn, Building 440, Altus AFB, OK. Remnants of carpet less than one (1) square yard shall be classified as debris; or as, directed by the CO or COTR, will be left at site for walk-off mats.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F34612-01-T0009&L=513)
Record
Loren Data Corp. 20001117/ZSOL010.HTM (D-320 SN506768)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on November 15, 2000 by Loren Data Corp. -- info@ld.com