Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
MODIFICATION

Z -- Carpeting of Various Offices

Notice Date
7/13/2005
 
Notice Type
Modification
 
Contracting Office
DOT/Maritime Administration, WR Acquisition 201 Mission Street, Suite 2200 San Francisco CA 94105
 
ZIP Code
94105-1905
 
Solicitation Number
DTMA4Q05036
 
Response Due
7/19/2005
 
Archive Date
7/13/2006
 
Point of Contact
Debra Velmere Contracting Officer 4157444140 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
RESPONSE DATE IS EXTENDED TO 3:30 pacific time on 7/19/05. SPECIFICATION HAS BEEN REPLACED IN ITS ENTIRETY. This action is NOT set-aside for small business. Solicitation is issued under the Small Business Competitiveness Demonstation Program as an unrestricted action. Small Business size determination is $12M annually. The North American Industrial Classification System (NAICS) code is 238330, SIC 1752. For more information: http://www.sba.gov/size. 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. The provision at 52.212-1, Instructions to Offerors¿Commercial, applies to this acquisition and no there is no addendum to the provision. The offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and no there is no addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Award will be made on best value to the government; terms and conditions, price, availability, location and past performance considered. STATEMENT OF WORK - CARPETING AND TILE OF FLEET OPERATIONS GOUP OFFICE SPACES A. Scope of work: 1. This contract is to cover the replacement of carpeting and tiles of various office spaces for the Suisun Bay Reserve, APL office barge, located approximately 4 ½ miles north-east of Benicia, California at the Lake Herman Road Interchange to state highway 680. 2. Contractor shall assume that all existing tile surfaces will remain and any broken or missing tiles will be sealed/filled and leveled to existing tile height. Contractor will fill and level any bare surface areas to the height of surrounding existing tiles as part of the preparation stage. 3. The contractor is to provide all labor and materials needed to carpet with a double glue pad installation and or tile approximately four offices and one community area and joining passageway. Carpet is to be commercial grade. Tiles are to be VCT Armstrong or equal. The approximate square footage for all areas requiring carpet is 2,392 feet. The approximate square footage of tile is 2,181 feet. The contractor is required to verify the square footage for both the carpet and tile. 4. All spaces must be carpeted or tiled after normal fleet working hours or on the weekends. In the cases where the space is being painted under DTMA4Q05037, flooring replacement is to follow the painting. 5. The contractor will provide all labor needed to move office furniture, equipment, etc to gain access to surfaces areas require carpeting or tile. Computer equipment will be removed by the government. Furniture tops will be cleared by the government. 6. The contractor will provide all necessary labor to relocate all office furniture, equipment, back to its original location after the carpeting or tile placement is complete. 7. The contractor will provide a commercial grade indoor carpet and Armstrong VCT or equal tiles with the final selection of colors and pattern of carpet and tiles to be done by the Fleet Programs Manager. 8. The contractor will provide an onsite supervisor at all times that work is in progress. 9. The contractor will be required to remove all generated trash and used materials from the Suisun Bay Reserve Site at the completion of each workday. All generated trash will be disposed by the contractor in accordance with all known federal and state regulations. 10. The contractor will comply with the Suisun Bay Reserve Fleet safety rules. A copy of these rules will be provided to the contractor upon request to the Contracting Officer at Debbie.velmere@marad.dot.gov. 11. The Suisun Bay Reserve Fleet Point of contact for this contract is Mr. Earl Johnson, Supervisory Quality Assurance Specialist, Suisun Bay Reserve Fleet. Mr. Johnson can be contacted at 707/745-6214. B. Fleet Working Hours: 1. The normal fleet working hours, are 7:00 AM-3: 30 PM, Monday through Friday excluding weekends and holidays. C. Spaces Requiring Carpeting: 1. Fleet Program Manager's office. {304 SQ FT} 2. Main administrative area. {1,131 SQ FT} 3. Conference room. {228 SQ FT} 4. Tug Master Supervisor's office. {360 SQ FT} 5. Safety Officer's office. {187 SQ FT} 6. Electrical Supervisor's office. {182 SQ FT} D. Spaces Requiring Tile: 1. Community break-room and passageways. {1,998 SQ FT} 2. Administrative passageway in area around main entrance door and galley. {183 SQ FT} E. This work is exempt from Service Contract Act of 1965 under FAR 22.1003-2 Statutory Exemptions. F. Offerors are to submit their terms and conditions, total work days to complete, optional start dates and pricing by email to the Debra Velmere at debbie.velmere@marad.dot.gov by 3:30 pacific time July 19, 2005. Include the solicitation number in the subject line of the email message. Contact information: (415) 744-4140, facsimile (415) 744-2586. Work is estimated to start the later part of July or early August. Vendors are responsible for ensuring there quotes are received. Vendor must register with ccr.gov and ideas.nbc.gov to receive an award. Registration is not necessary for quoting NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-JUL-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Please click here to view more details.
(http://www.eps.gov/spg/DOT/MARAD/WR/DTMA4Q05036/listing.html)
 
Place of Performance
Address: Suisun Bay Reserve Fleet 2595 Lake Herman Road Benicia CA Solono County
Zip Code: 94510
Country: USA
 
Record
SN00846879-F 20050715/050713213535 (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.