Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2002 FBO #0257
SOLICITATION NOTICE

Z -- Prepare and Paint Floors

Notice Date
8/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
DAHA06-02-Q-0032
 
Response Due
8/28/2002
 
Point of Contact
Diana Marini, 860-524-4873
 
E-Mail Address
Email your questions to USPFO for Connecticut
(Diana.Marini@ct.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items 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 solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is DAHA06-02-Q-0032 and is issued as a Request for Quotes (RFQ). The Standard Industrial Classification (SIC) code is 1721; the North American Industry Classification System (NAICS) code is 235210, size standard $12 MIL. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-08. The proposed contract is 100% set aside for small business concerns. The United States Property and Fiscal Office for Connecticut has a requirement for the preparation and application of floor coating in three rooms located at the Army Aviation Support Facility, Bldg 152, Rte 75, Windsor Locks, CT 06096. The Government co nsiders Tennant, Eco-High Performance System Floor Coating, or equivalent, for room 200 which has a work area of 19,257 sq. ft.; and Tennant VOC-Static Dissipative System Floor Coating, or equivalent, for rooms 132 and 133, having a combined total sq. ft. of 1,200 sq. ft; to meet the minimum requirements of the Government. Quotes must include all labor, equipment and materials to prepare and paint rooms 132, 133, and 200 at the AASF, Windsor Locks, CT. The work shall include the removal of existing floor finishes, repairing existing concrete floor surfaces, preparation of floor surfaces for new finishes, furnishing and applying the floor finish in accordance with the product manufacturer?s printed application instructions. Verify all dimensions and site conditions prior to start of work and prior to purchasing products. Test all surfaces to receive new finishes and ensure that the specified products are compatible with existing conditions. Floor finishes must be acceptable for existing conditions and ad here to existing floors that have extreme alkalinity, water vapor emission and transmission problems. The Governmnet will clear all moveable furniture and equipment from the work area prior to start of project. The contractor shall be responsible for dust and noise control throughout the project. All surrounding areas shall be kept free of dust and maintained in full operation. The contractor shall minimize the spread of vapors to other areas of the building by maintaining proper ventilation of the space, providing additional exhaust as required by the coating process. The contractor shall provide proper markings and caution tape to protect the area during construction and drying time. Total floor prep and coating application, including sealants and caul king, shall be performed in one phase. Total performance time from start of floor prep to completed application shall not exceed 14 calendar days. Completion date shall be within 60 days of award. Please acknowledge all requirements on quotations. Each of feror's initial quote should be complete and accurate. Offerors must provide warranty information. Award will be made to the offeror whose quote represents the best value to the Government. The best value award will be based on the evaluation of quotes for conformity to the synopsis/solicitation, technical aspects of the coating, ability to match existing floor coatings, compatibility with existing cleaning equipment, price and past performance. Information to include points of contact on the last three con tracts for similar projects should be provided. Descriptive literature is required with your offer. Descriptive literature must be of the type and detail sufficient to allow for a determination of compliance with the solicitation, and evaluation of equali ty with the specified products, the terms of any expressed warranty, price, and delivery times. You can visit the web-site at www.arnet.gov/far for the provisi ons and clauses needed for this synopsis/solicitation. The provision of FAR 52.212-3 - Offeror Representations and Certifications, applies to this RFQ, a completed and signed copy of this provision shall be submitted with all offers. The following Federa l Acquisition Regulations (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.212-1 - Instructions to Offerors - Commercial Items; 52.212-2 ? Evaluation ? Commercial Items; 52.212-4 - Contract Terms and Conditions - Commercial Items; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 252.225-7001 - Buy American Act and Balance of Payments Program; 252.204-7004 - Required Central Contractor Registration. Pho ne calls are discouraged in response to this solicitation, e-mail is preferred. Offerors may register for this combined synopsis/solicitation at the following website: http://www.ct.ngb.army.mil/ebs/AdvertisedSolicitations.asp. Offers must be submitted t o the USPFO for Connecticut, Purchasing and Contracting, ATTN: Diana Marini, 360 Broad Street Hartford, Connecticut 06105-3779 or via fax (860)524-4874 or e-mail diana.marini@ct.ngb.army.mil, Not Later Than 2:00 PM, 28 August 2002.
 
Place of Performance
Address: USPFO for Connecticut 360 Broad Street, Hartford CT
Zip Code: 06105-3795
Country: US
 
Record
SN00140688-W 20020816/020814213645 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.