Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2003 FBO #0474
SOLICITATION NOTICE

Z -- INSTALLATION AND REMOVAL OF CARPET IN BUILDING 90210

Notice Date
3/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street P.O. Box 9190, Hurlburt Field, FL, 32544-9190
 
ZIP Code
32544-9190
 
Solicitation Number
F08620-03-Q-S715
 
Archive Date
4/17/2003
 
Point of Contact
Jaqueline Hatten, Contract Specialist, Phone (850) 884-1268, Fax (850) 884-2041, - Dixie Bankston, Contracting Officer, Phone 850-884-3273, Fax 850-884-1272,
 
E-Mail Address
jacqueline.hatten@hurlburt.af.mil, dixie.bankston@hurlburt.af.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
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/synopsis reference number is F08620-03-Q-S715 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. This acquisition is 100% set-aside for HubZone businesses. The associated NAICS code is 235520 with a $12.0 million size standard. Contractors shall submit a lump sum proposal for all labor and materials included in this project. STATEMENT OF WORK FOR REMOVAL AND INSTALLATION OF CARPET IN BUILDING 90210/FIRST FLOOR. I GENERAL A. This statement of work is an addition to the design and construction standards specifications for selection type, style and installation of square tile carpet and base cove (using pre-molded corners for outside and inside corners). This will detail the work that needs to be performed with base wide standards, which are detailed below in Product. B. The work will include removing of the existing carpeting and rubber/vinyl base molding. Installing tile carpet and rubber/vinyl base cove in all offices/rooms that require re-carpeting and base cove that?s designated according to the first floor drawing. C. Clean all floor areas where carpet was removed and prepare for new tile carpet and base cove. Contractor will dispose of materials to an off base location. D. Replace reducer strips between new tile carpet and any existing flooring that will remain in the facility. E. All finishes and the contracting officer or their appointed representative will submit color selections for approval. F. Include closets and alcoves of adjacent areas as required. Floor covering in closets and alcoves to match floor covering in adjacent areas. II. PRODUCT A. Tile carpet for installation must be 100% advanced generation nylon-6.6 fiber for plush cut pile and 100% nylon for level loop carpet. The minimum face (pile) weight-per-minimum stitches are as follows: 26oz./10, 28oz./9 or better with a Class A (1) fire rating. Tile carpet must be soil-resistant and have permanent static control. Product shall be or equal to J & J Commercial in style and pattern from Center Stage, and color shall be or equal to 8865 Incidental Music. Base cove shall be or equal to Roppe # 40, 1/8?. III. AREAS OF WORK A. The carpet replacement will be done in conjunction with the new modular furniture installation project. Governments occupants will remove furniture and the furniture contractor will re-install new furniture after carpet is installed by the carpet contractor. If requested the contractor will coordinate removal and installation of furniture with the government. The carpet shall be installed one-half of the room at the time, allowing time for the carpet to adhere to the floor. The electrical panels will not be removed. The carpet shall be installed under the panel by raising the pole(s). Occupants will remove computers or like items that would not interfere with the removal or installation of carpet by the contractor. B. Drawing for areas of work within the facility upon request. Carpet area is approx. 1,966-sq. yds. Base cove is approx. 2,289 lf. 10% of materials will be given after waste to the government for future use. C. Contractor is responsible to verify all dimensions, quantities, and site conditions for removal and installation prior to commencement of work. D. Daily clean up by the contractor is required for safety. All responsible sources may submit a quotation, which shall be considered by the agency. A site visit will be conducted on Tuesday 25 March 2003 at 9:00 am, which is highly recommended. All contractors shall meet in the small conference room of the 16th Contracting Squadron Building 90339, Hurlburt Fld, and Fl Air Force Base. Work must begin on 12 April 2003 and be completed by 14 April 2003. The following clauses and provisions are incorporated and will remain in full force in any resultant award. . The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/ FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability of the item offered to meet the Government requirement. (2) Price and (3) Past Performance. The Government will evaluate offers for award purposes for the total price for the requirement. Technical and past performance, when combined, are equal. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most recent projects. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item FAR 52.212-4 Contract Terms and Condition--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; 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 of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act-Balance of Payments Program. The following additional clauses are applicable to this procurement. DFAR 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at www.ccr2000.com or call 1-800-334-3414 DFAR 252.246-7000 -Material Inspection And Receiving Report FAR 52.222-41 Services Contract Act of 1965 and Wage Determination 94-2473 (Rev.26) apply to this solicitation. FAR 52.253-1 -Computer Generated Forms; DFAR 252.204-7003 -Control Of Government Personnel Work Product; Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 2 April 2003 no later than 4:00 PM Central Standard Time. Requests should be marked with solicitation number F08620-03-Q-S715 Addressed to TSgt Jacqueline Hatten, Contract Specialist, Phone 850-884-12689, fax 850-884-2041, email address Jacqueline.hatten@hurlburt.af.mil or Dixie Bankston, Contracting Officer, Phone 850-884-3273, email address Dixie.bankston@hurlburt.af.mil. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http:/16CONS.hurlburt.af.mil and the Small Business Administration (SBA) web site: http://www.sba.gov.
 
Place of Performance
Address: HURLBURT FIELD, FL
Zip Code: 32544
Country: US
 
Record
SN00281110-W 20030319/030317213616 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.