Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2005 FBO #1334
MODIFICATION

72 -- Flooring

Notice Date
7/20/2005
 
Notice Type
Modification
 
NAICS
442210 — Floor Covering Stores
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-05-R-0036
 
Response Due
7/29/2005
 
Archive Date
9/22/2005
 
Small Business Set-Aside
N/A
 
Description
20 July 2005 UPDATE - Amendment 0002 to Solicitation FA8601-05-R-0036 is issued and posted at www.pixs.wpafb.af.mil. The due date for submittal of proposals has changed to 29 July 2005 at 11:00 AM EDT. Amendments must be acknowledged by one of the methods in Block 11 of the Amendment Standard Form 30. ***************************************************************************** 15 July 2005 UPDATE - Amendment 0001 to Solicitation FA8601-05-R-0036 is issued and posted at www.pixs.wpafb.af.mil. The due date for submittal of proposals did not change. Amendments must be acknowledged by one of the methods in Block 11 of the Amendment Standard Form 30. ****************************************************************************** RFP ISSUANCE - Request for Proposal (RFP) along with Exhibits and Attachments is posted at http://www.pixs.wpafb.af.mil. All interested offerors must download documents from this web site. No hard copies will be available. This is a competitive acquisition for all material, equipment, labor, and supervision needed to purchase install, repair, and remove floor coverings, and for removal of asbestos-containing flooring material and/or mastic. An indefinite delivery/indefinite quantity contract for one base year and four one- year options is anticipated. Multiple awards may be made. This acquisition is open to all competitors regardless of business size. Brand name floorings are required in some cases to match existing flooring. Only Bentley, Kava Kava, and Raku are acceptable for replacement in Building 10830; Shaw, Reflections III is acceptable for replacement in Buildings 20651 through 20655; Milliken, Colorweave is acceptable for replacement in Building 10266; Interface, Tapestry Plus is acceptable for replacement in Building 10262. DUE DATE FOR PROPOSAL PACKAGES IS 22 JULY 2005, 1100 AM. ****************************************************************************** PRE-SOLICITATION NOTICE: The 88th Contracting Squadron, Wright-Patterson AFB, Ohio, anticipates a competitive acquisition for an indefinite delivery/indefinite quantity contract with one base year and four one-year option periods. Multiple awards may be made. Requirement is for all material, equipment, labor, and supervision needed to purchase, install, repair, and remove floor coverings, and for removal of asbestos-containing flooring material and/or mastic. The approximate solicitation issue date is 20 Jun 05. The solicitation and all related documents will be available at http://www.pixs.wpafb.af.mil. All interested offerors must download documents from this web site. No hard copies will be available. All interested offerors are requested to register for this solicitation. This acquisition is open to all competitors but some brand name restrictions will apply. **************************************************************************** This is a sources sought announcement and request for capabilities packages. This is not a notice of RFP issuance. This effort is considered commercial in nature and any resultant contract will be awarded in accordance with FAR Part 12. SUSPENSE DATE FOR SUBMISSION OF CAPABILITIES PACKAGES IS 12 MAY 05. Wright-Patterson AFB OH, anticipates a competitive acquisition for an indefinite delivery/indefinite quantity contract with one base year and four one-year option periods. Multiple awards may be made. Requirement is for all material, equipment, labor, and supervision needed to purchase, install, repair, and remove floor coverings, and for removal of asbestos-containing flooring material and/or mastic. This sources sought synopsis is issued to determine if there are contractors capable of and interested in supplying the required materials and services, and to assist the Air Force in making a set- aside decision. All sources capable of providing the required materials and services are being sought. In addition to the information provided in the Capabilities Package described below, responding parties must indicate their business size status in relation to the applicable North American Industry Classification System (NAICS) code 442210/Standard Industrial Classification (SIC) code 5713 (size standard 500 employees). Sources should identify and address if they are a large, small, 8(a), woman owned, Hubzone, or otherwise classified as a small disadvantaged business in their responses. Capabilities Packages must include the following: Information that demonstrates your understanding, experience, and ability to properly perform the various functions of the requirements of the attached Draft Statement of Work (SOW), and demonstrates how you will properly staff with qualified personnel. Demonstrate that your furniture lift system is an acceptable method of lifting major furniture-manufacturers? furniture. Demonstrate that you have the ability to purchase 1,000 square yards or more of carpet at any given time. Demonstrate your ability to purchase the various types and styles of carpet listed in the Draft SOW, from various manufacturers. Demonstrate that you have warehousing in close proximity to Wright-Patterson AFB. Demonstrate that you have the ability to remove asbestos-containing flooring material and/or mastic. (If subcontracting, submit information on subcontractor?s ability.) NOTE: The following items are not required with the Capabilities Packages, but will be requested in the RFP: Employee resumes, certificates and letters of intent for supervisory personnel, documentation of agreements for carpet reclamation process, Floor Covering Installation Board (FCIB) certifications, documentation of licenses and certifications for asbestos removal. Product samples will also be requested in the RFP. Submit capabilities packages and routine inquiries concerning the Sources Sought to Helen Williams, 88 CONS/PKBB, Bldg 1, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB OH 45433-5309, telephone 937-257-6146 x4224, or fax 937- 656-1412, or e-mail Helen.Williams@wpafb.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 12 MAY 05. For more information on 05R0036--Flooring please refer to http://www.pixs.wpafb.af.mil/pixslibr/05R0036/05R0036.asp
 
Web Link
05R0036-Flooring
(http://www.pixs.wpafb.af.mil/pixslibr/05R0036/05R0036.asp)
 
Place of Performance
Address: Wright-Patterson AFB OH
Zip Code: 45433
Country: USA
 
Record
SN00850925-W 20050722/050720212022 (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.