Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2004 FBO #0970
SOLICITATION NOTICE

J -- REPLACE AND INSTALL CARPET

Notice Date
7/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
442210 — Floor Covering Stores
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-04-Q-0323
 
Response Due
8/4/2004
 
Archive Date
8/19/2004
 
Point of Contact
Gwanna Muchison, Contract Specialist, Phone 919-722-5423, Fax 919-722-5424, - Imelda Reantaso, Contract Specialist, Phone 919-722-5409 ext 250, Fax 919-722-5404,
 
E-Mail Address
gwanna.muchison@seymourjohnson.af.mil, imelda.reantaso@seymourjohnson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2001-22 & 23. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Small Business Set Aside. Solicitation Number is FA4809-04-Q-0323. The NAICS code 442210 (Floor Covering Stores) applies to this solicitation. The size standard is 500 employees. The item description is as follows: To replace and install carpet in Bldg 2903. DESCRIPTION: 1. Contractor shall furnish all plans, labor, equipment, appliances, and perform all operations to provide and install carpet in Building 2903, Mission Support Group hallways and foyer, Seymour Johnson AFB, NC. 2. Contractor shall install the carpet during the week, days to be determined upon award. Two consecutive days are authorized to complete the work satisfactorily in a timely manner and minimize office disruption. Work hours will be between 0730 and 1630, Monday through Friday. Any deviations from this schedule shall require approval from the Contracting Office. 3. Prospective bidders are encouraged to visit the job site before submitting bids. Contractor will be responsible for any and all measurements, quantities, and equipment pertaining to contractor supplied material or parts necessary for the full completion of this contract. Site Visitation date has been scheduled for 28 July 2004 at 10:00 a.m EST. Please contact SSgt Muchison at 919-722-5425 to be sponsored on base. 4. All workmanship will comply with standard trade practice. 5. Contractor shall keep the work site free from accumulation of waste materials. All waste generated by any work under this contract shall be handled, transported, stored, and disposed of off base by the contractor in accordance with all applicable Federal, State, and local laws. Daily, and upon completion of the contract, the contractor shall leave the work site and premises in a clean, neat condition, satisfactory to the Contracting Officer or his representative. 6. Contractor shall be responsible for protection of grounds, buildings, personnel and equipment therin while performing services called for in this contract. 7. Contractor will guarantee all contractor supplied material and workmanship for a period of one (1) year from completion of work. 8. Contractor shall remove existing carpet and install new carpet by direct glue down method. Contractor shall provide all necessary supplies to include floor patch, reducer, seam sealer, adhesive, etc. Contractor shall procure and provide installation of carpet. Contractor shall remove and dispose of existing carpet off base according to state and local laws. Contractor will move furniture from the rooms to be carpeted and return the furniture after carpet has been installed. Department of Labor Wage Determination number 94-2393 Rev (25) is to be used during the contract, www.ceals.usace.army.mil. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors--Commercial Items. FAR 52.212-3 Alt 1 Offeror Representations and Certifications?Commercial Items (Offerors must include a completed copy of this provision with their quote). FAR 52.212-4 Contract Terms and Conditions?Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Wquivalent Rates for Federal Hire, 52.225-3 Buy American Act-Free Trade Agreements ?oIsraeli Trade Act Alt II, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.219-1 Alt 1 Small Business Program Representation (Offerors must include a completed copy of this provision with their quote). FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-25 Affirmative Action Compliance. The following are also applicable to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report. Primary Point of Contact is SSgt Gwanna Muchison at (919) 722-5425 and Alternates are TSgt Lucinda Marrette at (919) 722-5606 or TSgt Imelda Reantaso at (919) 722-5605. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT August 04, 2004 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5424. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Electronic Posting System (EPS) Internet website only.
 
Place of Performance
Address: 1540 WRIGHT BROTHERS AVENUE, BLDG 2903, SEYMOUR JOHNSON AFB, NC
Zip Code: 27531
Country: USA
 
Record
SN00627633-W 20040723/040721212105 (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.