Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2005 FBO #1340
MODIFICATION

72 -- Purchase and installation of carpet and title

Notice Date
7/26/2005
 
Notice Type
Modification
 
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
FA4809-05-Q-6001
 
Response Due
7/29/2005
 
Archive Date
8/13/2005
 
Point of Contact
Judy Taylor, Contract Specialist, Phone 919-722-5409, Fax 919-722-5404,
 
E-Mail Address
judy.taylor@seymourjohnson.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-04. 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% Service-Disabled Veteran-Owned Small Business Set-Aside. This is a firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-05-Q-6001. The NAICS code 442210 applies to this solicitation. The size standard is 6.0M. Furnish all labor, equipment and materials, and perform all work to supply and installation of carpet and tile in Dormitories located at Seymour Johnson AFB, Goldsboro NC per IAW Statement of Work. CLIN 0001: Demo Carpet and Vinyl Base, CLIN 0002: New Carpet and Vinyl Base, CLIN 0003: New Ceramic Floor Tile and Base, CLIN 0004: Installation of Carpet and Tile. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price , warranty, discount & delivery terms. 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, Paragraphs (a), (b) (1) (5)(i) (7) (9) (15) (16) (17) (18) (19) (20) (24)(i) (26) (31), (d), and (e) applies to this solicitation . FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order – Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.211-6 Brand Name or Equal, FAR 52.219-1 Alt 1 Small Business Program Representations (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 Reports, FAR 52.247-34 F.O.B. – Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by References (located at http://farsite.hill.af.mil). 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. 52.222-41, Service Contract Act 0f 1965, 52.222-42 -- Statement of Equivalent Rates for Federal Hires.Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Carpet Layer WG-08, $15.55 Wage Determination No: 1994-2393, Rev 29, Dated 05/23/2005 52.232-18 -Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer Primary Point of Contact is Judy Taylor at (919) 722-5410 and Alternate is TSgt Imelda A. Reantaso at (919) 722-5408. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. Drawings can be obtained by calling (919) 722-5410. A site visit is scheduled for July 25, 2005 and will meet at 4th Contracting Squadron to preceed with the site visit. All quotes shall be received NLT July 29, 2005 at 12:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5404. 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. Statement of Work 1. SCOPE OF WORK: The work covered by this specification consists of furnishing all plant, labor, equipment and material, and performing all work in connection with the VKAG 99-1112, Repair Dormitory Floor Coverings in strict accordance with this Statement of Work and drawings and subject to the terms and conditions of this contract. 2. LOCATION: The work is to be accomplished at Seymour Johnson Air Force Base, Goldsboro, North Carolina. This base is accessible by both public highway and railway. 3. WORKWEEK: The contractor shall observe the same regular workweek being observed by the Seymour Johnson AFB Civil Engineering shop forces, which is 7:30 a.m. to 4:30 p.m., Monday through Friday, with Federal holidays excluded. Any deviation from this schedule will require 48 hours advance notice and approval of the Contracting Officer. 4. PRINCIPLE FEATURES: The work covered by this contract includes, but is not limited to the following: 4.1 Removing and disposing of carpet and vinyl base. 4.2 Installing new carpet, ceramic tile, vinyl base and ceramic base tile. 5. HAUL ROUTES: The Contractor shall use the haul routes indicated on the plans. 6. DISPOSITION OF NONSALVABLE MATERIALS: All non-salvable or unusable material shall be disposed of off base as directed by the Contracting Officer. All waste material 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, or local laws, ordinances, regulations, court orders, or other types of rules or rulings having the effect of law. 7. SUBMITTALS REQUIRED: Required submittals are listed on AF Form 66. The contractor shall submit all colors required as one package. Contractor shall allow 30 calendar days for the government to select all required colors. 8. BASE CIVIL ENGINEERING WORK CLEARANCE REQUEST, AF FORM 103: The Contractor shall obtain AF Form 103, Base Civil Engineering Work Clearance Request, prior to work commencement from the Contract Management Section in Bldg 3300, 1095 Peterson Avenue. 9. SAFETY: All safety requirements of the U.S. Army Corps of Engineers Safety Manual 385-1-1 dated October 1996 will be strictly adhered to as related to all work covered under these specifications. 10. LABELING OF STORAGE DRUMS: All 55 gallon or larger drums brought on base for use under this contract and containing new material or used for storage of waste materials or hazardous waste must be labeled with a Department of Transportation (DOT) Proper Shipping Name, DOT Hazardous Identification Number, the Contractor’s name, a Contractor representative, and the Contractor’s telephone number. Label lettering should have a minimum height of one half inch painted in white paint or other color that is in contrast with the color of the drum. The label should be sufficiently durable to equal or exceed the life (including storage and disposal) of the drum. 11. CONTRACTOR STORAGE TRAILER(S) AND BUILDING(S): The Contractor shall place or paint a sign on all of his storage trailer(s) and building(s) used on this contract. At a minimum, the sign shall contain the name of the Contractor and a telephone number at which the Contractor can be reached. The trailer(s) and building(s) shall be complete with gates and/or doors which can be locked. Only material for this project shall be stored in the trailer(s) or building(s). The Contractor shall remove the storage trailer(s) or building(s) within 30 days after completion of the contract and prior to submitting his final invoice. The area around the storage trailer(s) and building(s) shall be kept clean. This includes the mowing of grass during the growing season. The lawn mower shall be supplied by the Contractor. 12. CONTRACTOR STORAGE LOT: The Contractor will be given a lot in the Contractor Storage Area for the life of the contract. The Contractor’s progress schedule shall include a line item (equal to 1%) for final cleanup of this storage lot. Final payment will not be made until this final cleanup is performed by the Contractor and accepted by Seymour Johnson AFB. 13. CONSTRAINTS: 13.1 Contractor shall keep all equipment, tools, and materials stored in a neat and orderly manner inside the contractor storage area. 14. PHASING: 14.1 Phase I: Submittals/Material Delivery: The contractor shall be allowed 60 days for submittal, approval and delivery of materials. There will be no on-site work until all submittals have been approved and materials delivered. 14.2 Phase II: Onsite Work: Once all materials have been delivered to the Contractor Storage Lot, the contractor will have 90 days to complete all on-site work. 15. CARPET AND VINYL BASE SPECIFICATIONS: 15.1. Remove carpet and vinyl base cove in the individual living quarters and day rooms. Install new carpet and vinyl cove base as specified on the drawings. 15.1.1 Only a small patterned carpet or a bold multi-colored tweed design shall be used. Carpet shall meet the following minimum wear requirements. Carpet shall be tufted or woven with synthetic backing. Nylon - 24 oz./Sq Yd.- Density of 4,500 - Loop Pile Carpet shall meet the following requirements for flammability: Carpet for all areas shall conform to DOC FF 1-70 (Pill Test) and radiant Panel - minimum average critical radiant flux of 0.45 watts or higher. Carpet shall be installed per manufacturer’s instruction and use the direct glue method. 15.1.2 Vinyl cove base shall meet the following requirements: Wall base shall conform to Fed. Spec. SS-W-40, Type I, Style B. Base shall be four inches high, minimum 0.125 inch thick, premolded inside and outside corner units and color shall be integral throughout the material. All adhesive shall be of a type recommended by the manufacturer of the material. SECTION 09300 CERAMIC TILE 1. APPLICABLE PUBLICATIONS: The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. 1.1 American National Standards Institute Inc.(ANSI) Standards: A108.1-85 Glazed Wall Tile, Ceramic Mosaic Tile, Quarry Tile and Paver Tile Installed with Portland Cement Mortar A108.5-85 Ceramic Tile Installed with Dry-Set Portland Cement Mortar or Latex-Portland Cement Mortar A108.10-85 Installation of Grout in Tilework A118.1-85 Dry-Set Portland Cement Mortar A118.4-85 Latex-Portland Cement Mortar A118.6-85 Ceramic Tile Grouts A137.1-88 Recommended Standard Specifications for Ceramic Tile 1.2 Tile Council of America, Inc. (TCA) Standard (latest edition). Handbook for Ceramic Tile Installation 2. SUBMITTALS: 2.1 Certificates of Compliance. Certificates of compliance indicating conformance with specified requirements shall be furnished for tile and mortar. A master grade certificate shall be furnished for tile. 2.2 Samples. Samples of tile and threshold shall be furnished for approval. Samples shall be sufficient size to show color range, pattern, and tile type, as applicable. 3. DELIVERY AND STORAGE: Materials shall be delivered to the project site in manufacturer's original unopened containers with seals unbroken and labels and hallmarks intact. Materials shall be kept dry, protected from weather, and stored under cover. 4. ENVIRONMENTAL REQUIREMENTS: Ceramic tile work shall not be performed unless the ambient temperature is at least 50oF and rising. 5. MATERIALS: 5.1 Ceramic Tile: Tile shall be standard grade conforming to ANSI A137.1. Containers shall be grade sealed. Seals shall be marked to correspond with the marks on the signed master grade certificate specified herein before. 5.1.1 Ceramic Tile for Floors shall be ceramic with an all purpose edge. Floor tile size shall be 8 inches by 8 inches, 1/4 inch thick. Color and pattern shall be as selected. 5.1.2 Ceramic Tile for Base shall be glazed tile with a cushion edge. Base tile shall be 8 inches by 6 inches, 5/16 inch thick. Color and pattern shall be as selected. 5.2 Latex-Portland Cement Mortar shall conform to ANSI A118.4. Installation shall follow the manufacturer's written instructions unless otherwise specified. 5.3 Grout: Latex-Portland Cement grout shall be used. Installation shall follow the manufacturer's written instructions unless otherwise specified. 5.4 Other Materials shall conform to the standards referenced in the TCA Handbook for Ceramic Tile Installation. 6. INSTALLATION: 6.1 Preparatory Work and Workmanship: 6.1.1 Tile in colors and patterns shall be applied in the areas shown on the drawings. Surfaces to receive tile shall be clean and free of dirt, dust, grease, oil and other objectionable matter. Floor tile installation shall not be started until after wall tile has been installed. 6.1.2 Tile shall be installed with the respective surfaces in true even planes to the elevations and grades shown. Tile shall be firmly bonded in place. Joints shall be straight, true, uniform in width and solidly filled. Completed work shall be free from hollow or void areas, loose, cracked or defective tile. Tile shall be laid out to symmetrize the patterns and so that tiles less than one-half full width shall not occur. Tile shall be cut with a suitable cutting tool and all cut and rough edges shall be smoothed. 6.1.3 Stops, trimmers, returns, caps and special shapes shall be provided as required for sills, jambs, recesses, offsets, external corners, and other conditions to provide a complete and neatly finished installation. Tile bases or coves shall be solidly backed with mortar. 6.2 Installation of Ceramic Tile. Ceramic tile installation shall follow the manufacturer's written instructions unless otherwise specified. 6.3 Curing. Curing of the tile shall be in accordance with the referenced ANSI specification. 6.4 Joints. Expansion joints shall be installed where required by the Ceramic Tile Handbook. Installation shall conform to TCA Method EJ 171 as applicable. 7. CLEANING AND PROTECTING: Upon completion, tile floor and wall surfaces shall be thoroughly cleaned in accordance with referenced ANSI specification and with the written instructions of the manufacturer. Tile floor areas shall be covered with building paper before foot traffic is permitted over the finished tile floors. Board walkways shall be laid on tiled floors that are to be continuously used as passageways by workmen. Damaged or defective tiles shall be replaced. 8. EXTRA STOCK: Spare tiles shall be furnished at the rate of five tiles for each one thousand (1,000) installed. Tiles shall be from the same lot as installed. Bid Schedule CLIN DESCRIPTION UNIT QTY TOTAL 0001 Demo Carpet and Vinyl Base LS 1 ________ 0002 New Carpet and Vinyl Base LS 1 __________ 0003 New Ceramic Floor Tile and Base LS 1 __________ 0004 Installation of Carpet and Tile LS 1 TOTAL AMOUNT FOR CLINS 0001 THRU 0004 _____________ SITE VISIT MINUTES F31610-05-Q-6001 Purchase and Installation of Carpet and Tile 1. A site visit was held on 25 Jul 05, at 10:00 a.m. with 4th Contracting Squadron and 4th Civil Engineering Squadron and the following individuals attended: Mrs. Judy Taylor 4 CONS/LGCB Lt Jason Bullinger 4 CES/CEV Mr. Bryan Thompson Contract Flooring Design Mr. CR McCarter Mctree, LLc Mr. Eddie McTree Mctree, LLC Ms. Theresa Locklear D & A 2. Mrs. Taylor requested all attendees sign the attendance roster. 3. The site visit began with Mrs.Taylor introducing herself and other attending government personnel, with a brief explanation of his/her respective roles. 4. Mrs. Taylor provided the attendees a site visit agenda and then proceeded to the dormorities with the attendees. 5. Some of the questions and answers are as following : Question: will government personnel move furniture out of dayrooms and dorm rooms or does the contractor move it? Answer: only government personnel will move Furniture. Question: Will the dorms be inspected each day by a government inspector after the contractor completes a room? Answer: Yes, a government inspector will inspect the dorms. Question: Are all dayrooms going to be the same” Answer: Yes, the dayrooms will have tile in them and no carpet. Tile will be the same as in dayroom that has title in it now on the second floor. Question: Is the specs for the tile in the statement of work? Answer: No, but Ms. Taylor will post the spec’s after Lt Bullinger furnishes them to her. Question: On the drawings what are the DR’s stand for? Answer: They stand for Day Room. Question: Are the bathrooms going to be tiled or carpeted? Answer: No the bathrooms are not part of this project. Question: What would be a reasonable amount of rooms that we can figure on completing a day? Answer: The dorm manager has to be notified in advance which floors will be required to be vacated, therefore, perhaps no more than twelve (12) rooms per day. 6. There being no further questions, the site visit adjourned at 15:00. JUDY C. TAYLOR Contract Specialist Date: _________ NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-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
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/4CONS/FA4809-05-Q-6001/listing.html)
 
Place of Performance
Address: Bldg, 3605, 3606, and 3607 Seymour Johnson AFB, NC
Zip Code: 27534
 
Record
SN00855465-F 20050728/050726213644 (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.