COMMERCE BUSINESS DAILY ISSUE OF MARCH 1, 2001 PSA #2798
SOLICITATIONS
83 -- CUSTOM CARPETING
- Notice Date
- February 27, 2001
- Contracting Office
- U.S. Department of Justice, Justice Management Division, Facilities and Administrative Services Staff, National Place Building, 1331 Pennsylvania Avenue, NW, Suite 1060, Washington, DC 20530
- ZIP Code
- 20530
- Solicitation Number
- SOL-DOJ-1-02-03
- Response Due
- March 30, 2001
- Point of Contact
- Myriam E. Skelly, 202-305-3381
- Description
- The Department of Justice (DOJ) requires a manufacturer to construct, deliver, and install a wall to wall, solid, durable, hand woven, soil resistant, warrantied, wool carpet and a quality pad. The carpet design shall be provided by DOJ, however, a rendering of the sketched design will be required from the manufacturer. The approximate dimensions of the carpet are: 86 feet long by 10.5 feet wide. The carpet should be made mostly in a tufted textured loop type construction with some cut pile texture per government specification and according to the Government provided design. Natural dye should be used and wool must be dyed prior to knotting. Wool must be mothproof and stain resistant. Carpet may be manufactured in up to three separate sections with prior government approval, however, a seamless, one piece construction would be preferred. The carpet will be utilized in the DOJ Conference Center entrance gallery, a highly trafficked area; therefore, it shall be made of high quality and durability and it shall have a life-long warranty. The Government provided design calls for five colors, mustard, dark mustard, chocolate brown, dark purple, and light purple. These colors must be approved by DOJ prior to manufacturing. The weight of the carpet shall be in the range of 40 ounces to 70 ounces per square yard, and the carpet height shall be in the range of 1/4 inch to 3/8 inch. The pad shall be made of a solid piece of foam or a froth foam pad with a density of 8 pounds per cubic foot. Industry and government fire ratings must be met. Only new and unused materials are acceptable. The manufacturer shall provide all labor and materials for the work described therein. Installation will be the responsibility of the carpet manufacturer and the Davis-Bacon act applies, per attached wage determination (should a bidder believe that its installation wage does fall under the wages identified, it can propose an additional classification to the Department of Labor). On-site personnel require security clearance which can be obtained by providing DOJ with name, social security number and date of birth, four days prior to installation work. Manufacturer shall provide an inspector on site at time of installation. The carpet manufacturer or any of the company representatives shall NOT utilize the services of children under the age of 16, to produce the carpet. Selected bidder shall provide a monthly status report on the progress of the carpet manufacturing and delivery. The carpet shall be delivered to the Department of Justice, 950 Pennsylvania Avenue, NW, Washington, DC 20530. Bidders are invited to prepare a quote for the manufacturing, delivery, and installation of this carpet. Delivery and installation shall be completed by July 11, 2001. Quotes should be sent to Myriam E. Skelly , 1331 Pennsylvania Avenue, Suite 1060, Washington, DC, 20530, no later than 5:00 P.M. on March 30, 2001. Bids received after 5:00 P.M. on March 30, 2001 will not be considered in the evaluation process. This project is set-aside for small business but ANY INTERESTED PARTY IS ENCOURAGED TO PARTICIPATE, should there be no responsive small interests. Proposals shall include the following items, adhering to guidance provided by DOJ. Proposals must address every requirement and describe how each specification will be met: 1) An accurate, scaled, color rendering of the carpet design as sketched by DOJ, for Government approval. 2) One sample, 24 inches by 24 inches, of the carpet to be constructed. Sample shall reflect a specific area of the carpet to be identified by DOJ, and must be made using similar color, texture, and quality of the carpet design to be manufactured. The Government reserves the right to modify the carpet sample including its color, design, or texture, up to two times, and request additional samples. 3) Bidders shall identify a high-quality pad, made with a solid piece of foam, thin, and dense. Padding will be used as a base with the carpet. Pads should be thin, flat, and firm, and will be glued to the floor. 4) At least three references and job descriptions from customers who have had similar work done. Include name of companies, contact names, addresses, and telephone numbers. 5) Warranty information for the carpet, padding and installation. 6) Identify as separate line items the prices for all pertinent labor such as, renderings, manufacturing, delivery, installation, and inspection. Proposals will be evaluated on the basis of the following criteria: 1) Overall best value to the government (50%). Best value includes, construction, material quality, cost, warranties, and timely delivery. 2) Completeness of Proposal (50%). Submissions must clearly state and assure that all services proposed address and meet all requirements described in this solicitation and that all specifications required in this statement of work are included in the quote. Bidders are NOT to propose work beyond the scope of the requirements. Additions to the statement of work will not be considered in the evaluation of proposals, nor in the evaluation of scoring process. The successful bidder will have thirteen weeks from the date of award to manufacture, deliver, and install the carpet. A mandatory pre-bid conference and site survey shall be conducted for all prospective bidders at DOJ, 950 Pennsylvania Avenue, NW Washington DC 20530, on March 9, 2001, at 10:00 a.m. All prospective bidders must contact Myriam Skelly on (202) 305-3381 by March 5, 2001, to register for the pre-bid conference and the site survey. The site to be surveyed is under construction; therefore, attendees are required to wear protective clothing such as hard hats, long pants, and proper construction shoes. The meeting will begin at the construction trailer located at the corner of Tenth Street and Constitution Avenue.
- Record
- Loren Data Corp. 20010301/83SOL003.HTM (W-058 SN50E7M0)
| 83 - Textiles, Leathers, Furs, Apparels, Shoe Findings, Tents and Flag Index
|
Issue Index |
Created on February 27, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|