Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2004 FBO #1012
MODIFICATION

N -- Removal & Installation of Carpet

Notice Date
7/19/2004
 
Notice Type
Modification
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-FQ442641620100
 
Response Due
7/26/2004
 
Point of Contact
Crystal Amos, Contract Specialist, Phone 618-256-9289, Fax 618-256-2652, - Cindy Showers, Contract Specialist, Phone 618-256-9250, Fax 618-256-5237,
 
E-Mail Address
crystal.amos@scott.af.mil, cindy.showers@scott.af.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
STATEMENT OF WORK FOR INSTALLATION OF Carpet Tiles 9 July 2004 1. Description of Work: The work consists of furnishing all labor, materials, services, supervision and equipment necessary to accomplish, but not limited to, the following: Replacement of Government furnished carpet tile in Bldg 1600, 1st Floor A. Contractor shall site verify any and all dimensions and/or existing site conditions prior to the commencement of work. Commencement of work shall begin within five (5) calendar days upon receipt of order. B. Contractor shall comply with all applicable OHSA safety regulations including all applicable provisions of the Corps of Engineers Manual, EM 385-1-1, entitled “General Safety requirements,” and Air Force regulations and directives pertaining to security, safety, fire, traffic, and personnel clearances insofar as they pertain to the contractor’s activities on Scott Air Force Base. C. Contractor shall brief all sub-contractors on all safety and fire prevention regulations, emphasizing the requirement to obtain a AF Form 592, Welding, Cutting, and Brazing permit, when welding, cutting, or brazing operations are to occur under this purchase order. An AF Form 592 can be obtained from and approved by the 375th Civil Engineer Squadron, Fire Protection Flight (375 CES/CEF), ext. 256-5130. D. The contractor shall provide all materials, equipment, and labor necessary to: Replace existing carpet tile with Government furnished carpet tile in Bldg 1600, 1st Floor, North and South Wings. Contractor will be responsible for raising systems furniture and other equipment; removing and disposing of existing carpet tile; performing minor repairs as needed to floor surface; installing Government furnished carpet tile; and repositioning systems furniture and equipment back to original configuration, planning to work from 1600 to 0000 to minimize disruption to normal operations in the functional areas involved. a) The carpet tiles will be properly installed per manufacture’s recommendations. b) The specifications for the customer supplied carpet tile are as follows: Brand Name or Equal: Interface Carpet Tile Style: Cubic Color: 4292 Area Size: 50cm x 50cm Yarn System: Forza by Aquafil Color System: Solution Dyed Lifetime Antimicrobial: Intersept Soil/Stain Protection: Protekt Pile Thickness: .112 In, 2.8mm Pile Density: 5,893 Weight Density: 106,074 Backing: GlasBac 1380102500 Flame Rating: Type 1 Square Footage: 46,875 c) All documents related to the disposal of hazardous material must be supplied to this office and to the 375th Civil Engineer Squadron, Environmental Flight (375 CES/CEV), ext. 256-2092. The contractor must obtain the proper documents from 375 CES/CEV to ensure all materials leaving Scott AFB can be tracked and accounted for, in accordance with all governing laws. d) Under the 1992 Clear Air Act, all products used in executing this project must not be related to the Class I Ozone Depleting Chemicals (ODC’s) unless handled properly in accordance with Air Force Regulation and Policy. The following products are consider Class I ODC’s; CFC-11, CFC-12, CFC-113, CFC-114, HALON 1211, HALON 1301, HALON 2402, CFC-13, CFC-111, CFC-112, CFC 211, CFC 212, CFC-213, CFC-214, CFC-215, CFC-216, CFC-217, Carbon Tetrachloride and Methyl Chloroform. 2. Field Conditions: The contractor shall be responsible for all field measurements to accomplish work. Quantity and sizes of materials shall be determined from site visits and sketches. The contractor shall carefully examine the entire site and building and shall make all necessary investigations to become thoroughly aware of the existing conditions and all difficulties involved in the completion of the work in accordance with the contract documents. A. The Contractor shall promptly, and before the conditions are disturbed, give a written notice to the Contracting Officer 1) Subsurface or latent physical conditions at the site which differ materially from those indicated in this contract; or 2) Unknown physical conditions at the site, of an unusual nature, which differ materially from those ordinarily encountered and generally recognized as inhering in work of the character provided for in the contact. (b) The Contracting Officer shall investigate the site conditions promptly after receiving the notice. If the conditions do materially so differ and cause an increase or decrease in the Contractor’s cost of, or the time required for, performing any part of the work under this contract, whether or not changed as a result of the conditions, an equitable adjustment shall be made under this clause and the contract modified in writing accordingly. (c) No request by the Contractor for an equitable adjustment to the contract under this clause shall be allowed, unless the Contractor has given the written notice required; provided, that the time prescribed in paragraph (a) of this clause for giving notice may be extended by the Contracting Officer. (d) No request by the Contractor for an equitable adjustment to the contract for differing site conditions shall be allowed if made after final payment under this contract. 3. Cleanup: The contractor shall cleanup each work site at the end of each day to the satisfaction of the Contracting Officer. Upon completion of the work, all equipment and debris shall be removed from the site and the area shall be left in a neat and completely acceptable condition as required by the General Provisions. 4. The Contractor shall coordinate all work with the Contracting Officer or the designated Contract Construction Inspector (CECC). The Contractor shall notify the Contracting Officer, five days prior to moving onto the work site to commence work. 5. The Contractor shall be responsible for the general maintenance of the site. This includes, but is not limited to, disposal of debris into appropriate receptacles from areas surrounding the work area. 6. Upon completion of the work, all equipment and debris shall be removed from the site(s) and storage area(s). The area(s) shall be left in an acceptable condition, approved by the Contracting Officer. 7. The contractor shall be permitted to use of utility services (water, electric, and sewer) from the government’s existing system outlets. Temporary utility connections shall be at the contractor’s expense and installation shall be subject to the approval of the Contracting Officer. The Contractor shall provide telephone and other services required for the work 8. After the work has been completed, any contractor caused damages to Government-owned facilities, streets, curbs, walks, lawns, etc., shall be properly patched, repaired, or replaced to the complete satisfaction of the Contracting Officer. Any holes, cuts, breakages, and damages made in the area in which work has been accomplished, shall be properly repaired and the disfigured areas then repaired in kind to match the existing finishes to the complete satisfaction of the Contracting Officer. 9. In support of national environmental efforts, the contractor shall recycle all ferrous and non-ferrous metals from the project. The Contractor shall also recycle general administrative refuse associated with this project. The refuse includes cardboard, one gallon mark 1 and 2 plastic bottles, type 1 and 2 plastic soda bottles, aluminum and steel soda cans, and mixed paper. All recyclable material shall be turned into the recycling center. The Base Recycling Center, Building 3286, on South Drive will accept these items Monday through Friday between the hours of 7:00 a.m. and 4:00 p.m. The telephone number for the Recycling Center is (618) 256-6431. All materials and equipment to be removed by the contractor and not reinstalled or recycled under this contract, including debris generated by this project, shall be removed at regular intervals from the site and disposed of off base by the contractor. Off-base disposal of materials shall be in conformance with applicable Federal, state, and local pollution regulations at the contractor’s expense. 10. There shall be a maximum 72-hour response time by the contractor on all warranty items installed under this contract and identified as either malfunctioning or inoperative after acceptance of the item. The contractor shall notify both the Contracting Officer or his designated representative and the Inspector of the date, place, and time that the contractor will be on location to determine the cause of the problem. Response time shall be defined as the time from when the Contracting Officer contacts the contractor until the time the contractor is present at the location of the equipment with the appropriate personnel to determine what the problem is and what is necessary to correct the problem or malfunction. Warranty items shall be defined as all equipment, components, appurtenances, and wiring to mechanical and electrical equipment and the labor and materials necessary to install the equipment, components, and appurtenances. Corrective Action shall be completed within five (5) workdays from the time the contractor visits the location of the malfunction or inoperative equipment. In the event the contractor can not complete the action within five (5) workdays due to circumstances beyond contractors’ control (i.e. labor disputes, delivery time required for parts, etc.) the Contracting Officer shall be immediately notified. The contractor shall keep the Contracting Officer advised until completion is achieved. Failure to Respond. If the contractor fails to respond within the time frame indicated above, the government shall declare the contractor non-responsive and shall take all actions necessary to correct the problem with government resources. All costs incurred as a result of the government taking this action shall be properly accounted for and backcharged to the contractor. 11. The contractor shall protect from damage all building contents located directly beneath or immediately adjacent to the work area, and shall repair, replace or otherwise be held liable for all such damage. Building contents include, but are not limited to, furniture, equipment, materials, or items of supplies. 12. The Contracting Officer reserves the right to reject or accept any or all of the proposed changes based on completeness, clarity, and other requirements of the SOW. When the contractor requests approval of substitute materials and/or equipment, it shall be understood and agreed that such substitution, if approved, will be made without cost to the government, regardless of changes in connections, spacing, electrical service, and all other appurtenances. 13. References in specifications to any brand name equipment or material shall be regarded as establishing a standard of quality and shall not be construed as limiting competition. The Contractor may submit proposed equal equipment and/or materials for Government consideration during the submittal process of the contract after award. 14. Materials containing asbestos, transformers containing PCB fluid, and the use of lead based paints or paints containing chromates are prohibited from use in the completion of this project. 15. Ozone Depleting Chemicals, Class I and II listed in Attachment 2 of AFI 32-7080 is to be recovered by the Contractor and returned to the Government. The Ozone Depleting Chemicals may not be sold or given away to private industry unless otherwise specified by the government. 16. Access to Bldg 1600 is restricted. All entrance/egress requirements for access to Bldg 1600 by the contractors will be coordinated with the Building Manager of Bldg 1600 one week prior to commencement of work. This is to include number of workers, procedures for bringing equipment/materials into and out of the building, and for the Building Manager to arrange for procurement of contractor badges for use in the building while working and to brief contractors on security and building access / egress procedures. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JUL-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-SEP-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/375CS/Reference-Number-FQ442641620100/listing.html)
 
Place of Performance
Address: Scott Air Force Base, Illinois
Zip Code: 62225
Country: USA
 
Record
SN00663886-F 20040903/040901214223 (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.