Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2002 FBO #0285
SOLICITATION NOTICE

72 -- Carpet and Installation

Notice Date
9/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
F26600-02-Q-B046
 
Point of Contact
Luis Crespo, Contract Specialist, Phone 702-652-9564, Fax 702-652-5405,
 
E-Mail Address
luis.crespo@nellis.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This combined synopsis/solicitation takes the place of the previous announcement F26600-02-Q-B022 posted Jun 05, 2002. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, F26600-02-Q-B046 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. The NAICS code for this solicitation is 421220. The size standard for a small business under this NAICS code is one that is equal to or less than 100 employees. This Request for Quotation is being submitted as an unrestricted solicitation open to both large and small businesses. This is a commercial purchase. Contractor?s quotes shall include pricing for the following line items; 0001- Carpet (approximately 2,000 Sq/Yds), Carpet Mfr: Mannington Commercial, Pattern: Keeping Pace with moisture barrier backing, Color: Keepsake (KESA), or approved equal that meets or exceeds the standards of Mannington Commercial, Keepsake Colored, Keeping Pace patterned carpet with moisture barrier backing and carpet base. If an equal substitute is provided, offerors must provide full product information and a small carpet sample with quote. Contractor must field measure and determine amounts prior to ordering. 0002- Carpet installation is to be accomplished as part of a general contract. Carpeting shall be installed according to manufacturer?s instructions. Contractor shall be responsible for preparation of floor surfaces as necessary to receive carpeting. All surfaces are to be free of voids and protrusions. Installed carpet shall be smooth, uniform, and secure. Patterned goods will be accurately matched. Fit cutouts such as doorjambs, columns, and ducts neatly and securely. All metal to be replaced as needed by contractor. Contractor shall demo and dispose all existing carpet base at an off-site location or in a contractor furnished dumpster for the duration of the project. Contractor shall be responsible for verifying quantity of goods ordered, based on field measurements and product specifications. Contractor shall submit the carpet manufacturer?s printed installation instructions to the contracting officer. Include complete procedures for an expert installation, covering preparation of the substrate, seaming techniques, and recommended adhesive and tapes. Carpet shall be installed via direct glue method using the manufacturer?s recommended adhesive and application method. Contractor is to supply Armstrong 4? Rubber Cove base, Color #74 Shoreline or approved equal, and manufacturer?s maintenance manuals. Include the recommended type of cleaning equipment and materials, spotting and cleaning methods, cleaning cycles. All work must be complete within 4 weeks. Estimated time of installation will be mid-December 2002. Award will be made to the responsible, responsive offeror who provides the best overall value to the government. The government does not intend to make multiple awards. Quotes should be in the following format; price for each line item independently and price for combined line items. Federal Acquisition Regulation (FAR) provision 52.211-6, Brand Name or Equal applies to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR 52.212-2, Evaluation-Commercial Items is also applicable. The following factor will be used to evaluate the offer: Price. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.211-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35,Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41, Service Contract Act of 1965, as Amended; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34, F.O.B. Destination; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Wage Determination 94-2331 Rev 20, applies to this solicitation. Information concerning clauses and provision incorporated by reference may be obtained at hhtp://farsite.hill.af.mil. A copy of the wage determination, and the Representations and Certifications are attached to this notice at the FedBizOps website at www.eps.gov. A site visit is scheduled for 2:00 pm on 16 Sept 2002 at Bldg 538, Nellis AFB, NV. Quotes are due on or before 4:30 p.m., Pacific Daylight Time, on 20 Sept 2002.
 
Place of Performance
Address: Nellis AFB, 7 miles NE of Las Vegas, NV
Zip Code: 89191-7063
Country: United States
 
Record
SN00163475-W 20020913/020911213550 (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.