Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2005 FBO #1361
SOLICITATION NOTICE

72 -- REPLACE EXISTING CARPETING IN BUILDING 116 MEPS AND CEREMONY ROOM.

Notice Date
8/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
314110 — Carpet and Rug Mills
 
Contracting Office
ACA, Fort Hamilton, Directorate of Contracting, 111 Battery Avenue, Room 115, Brooklyn, NY 11252-5000
 
ZIP Code
11252-5000
 
Solicitation Number
W91QF2-05-T-0018
 
Response Due
8/26/2005
 
Archive Date
10/25/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance wit the format in FAR Subpart 12.6, as supplemented with additional information and a written solicitation will not be issued. Solicitation Number W91QF2-05-T-0018 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-05 dated July 27, 2005 . This acquisition is being conducted in accordance with FAR 12 and in conjunction with FAR 13 Simplified Acquisition Procedures. This procurement is 100% Set Aside for Small Business Concerns. The associated NAICS Code is 314110 with a Size Standard of 500 employees. Contract Line Item 0001 Replace existi ng carpet in Building 116 MEPS and Contract Line Item 0002 Replace carpets in Ceremony Room Building 116. Work shall be performed in accordance with the Governments Statement of Work. Description of Statement The Contractor shall remove and dispose of approximately 17439 SF of existing carpeting, 3250 LF of cove base molding and transition molding strip. The contractor is responsible to coordinate and remove and reset all e xisting furnishing except computer equipment in each office or location. The Contractor is responsible for damage cause by removal of cove base molding and transition strip. And it is the responsibility of the Contractor to make all repairs of any damage. The Contractor shall make the floor ready for carpet tile using dash patch install to smooth industry standard. The Contractor shall install approximately 2058 SY of cushion back carpet tile 26 oz of average yarn weight, including 3452 LF of 6 cove base molding and 638 LF of carpet transition strip. Also the Contractor will install in the Ceremony Room 92 SY of Commercial carpet and 123 LF of 4 cove base molding.10% waste factor is included in all totals. The Commander of the Military Entrance Processing Station will choose the colors and patterns to be installed. It is the Contractor responsibility to verify all measurement and waste factors. The type and manufacture of carpet tiles installed in selected location shall be, style name: Remix Modular Comme rcial Carpet Tiles 26 oz pile weight per square yard, size 24 X 24. Color: 7583 Dance Groove and 6 cove base molding VX-400 ST-05 True Blue. In Ceremony Room type and manufacture of Commercial carpeting shall be, Queen Commercial Carpets, Color: 28852 V agabond 30 oz Pile Weight and 4 cove base molding VX-400 ST-040 Black. Contractor shall report to the Government COR, any dangerous or problematic condition that he may uncover in the course of executing this specification. Contractor shall perform clea n of job site on a daily basis. There shall be no debris at all left on the job site after COB each day. The contractor shall provide a telephone number of person to call should the need arise. shall leave the job site each day in a broom swept. The co ntractor shall perform all cutting and patching required completing the work or to make its parts fit together properly without compromising the quality of the work. The contractor shall patch and repair all floors; walls; ceilings damaged or exposed due to work or removal and shall finish matching adjoining surfaces. The contractor shall notify DPW of any utility service interruption three weeks in advance prior to beginning the work. Point of contact and COR is Robert Downes or Drew Cavosi, who can be reached at 718-630-4749 and 718-630-4991 respectively. Contractor shall meet with the POC immediately to discuss problem areas, and be responsible for all work performed. On site inspection shall be performed prior to submittals, to verify measurements and field conditions. The Contracting Officer shall conduct a meeting within 21 calendar days of award. The Contractor will begin work within 10 calendar day s of meeting. The job shall be completed within 30 calendar days. The provision 52.212-1 Instructions to Offerors Commercial Item applies to this acquisition. Offerors are advised to include a completed copy of provision 52.212-3 Offeror Representations and Certifications Commercial Items with its offer. Clauses 52.212-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this acquisition. Other applicable provisions and clauses are as follows: FAR 52.202-1, 52.203-2 , 52.203-5, 52.203-11, 52.203-12, 52.232-25, 52.232-33, 52.233-1, 52.233-2, 52.233-3. All prospective contractors shall be actively registered in the Central Contractor Registration (CCR) prior to award of the contract. For information regarding registration, visit the CCR website at htt p://www.ccr.gov. As stated above, this announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. However, prospective offerors may request a copy of the solicitation, in which they will r eceive electronically via email or fax. Questions regarding this procurement shall be submitted in writing via email or fax only. OFFERS ARE DUE BY 26 AUGUST 2005; 5:00PM. Contracting Office Information is as follows: Army Contracting Agency, Northern Region, Capital District Contracting Center, 114 White Avenue, Room 2-9, Fort Hamilton, Brooklyn, New York 11252, Tel: 718-630-4514, FAX 718-630-4700, Email: maryann.e.Donohue@us.army.mil, Point of contact: MaryAnn E. Donohue, Contract Specialist.
 
Place of Performance
Address: ACA, Fort Hamilton Directorate of Contracting, 111 Battery Avenue, Room 115 Brooklyn NY
Zip Code: 11252-5000
Country: US
 
Record
SN00871670-W 20050818/050816212437 (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.