Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2005 FBO #1385
SOLICITATION NOTICE

S -- Remove and Install Carpeting, 2nd Floor Hospital

Notice Date
9/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, MO, 65305
 
ZIP Code
65305
 
Solicitation Number
FA4625-05-Q-0019
 
Response Due
9/16/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 is issued as a Request for Quotation (RFQ), solicitation number FA4625-05-Q-0019. Statement of Work is as follows: A. PART I ? PROJECT OBJECTIVES ? Remove and install Government provided carpet, Government provided carpet tile and Contractor furnished cove base/transition strips, second floor, in the 509th Medical Group. A1.SCOPE OF WORK: Provide all labor, materials, tools and equipment, necessary for removal and replacement of Government provided carpet, carpet tile and Contractor furnished cove base/transition strips. Project #: 2nd Floor Carpet replacement. 1.Scope of Work: The contractor staff will be issued hospital I.D. badges that must be worn while on site. The contractor staff will be issued base Privately Owned Vehicle (POV) passes for the duration of the work. The contractor will provide this office the employee information required by the Whiteman AFB Security Forces for vehicle passes.The parking of contractor POVs will be in the area behind the hospital. Whiteman AFB, to ensure access for the fire department, emergency vehicles and daily delivery vehicles will coordinate the use and positioning of the contractors dumpster, delivery trucks, or anything that my impede egress to/from the facility. The contractor will be responsible for daily clean up. All work to be accomplished will meet all state and federal building codes, as this is a hospital, all Life Safety Codes and NFPA codes will also apply. The contractor shall: Remove Carpet 1806 Square Yards (SY) and dispose. Remove Cove Base 3480 Linear Feet (LF) and dispose. Scrape and prep floor 16000 Square Feet (SF). Remove Furniture and reinstall furniture for each room. Install Government provided Carpet 1166 SY. Install Government provided Carpet Tile 5760 SF. Purchase and install 3480 LF of Cove Base. Purchase and Install 72 LF of Transition Strip. Provide on-site dumpster and dispose of upon completion of project. Remove Furniture and re install furniture for each room (includes all desks, standard file cabinets, book cases). NOTE: All furniture will have all personal items and private files removed by the person who's desk is being removed, all small articles will be moved by user. 2.Location: Bldg. 2032, 509th Medical Group, Whiteman A.F.B. Mo, 3.Contractor Quality Assurance. The Contractor shall be responsible for the quality of all completed work. The Contractor shall ensure all work performed has been checked for quality, comprehensiveness, and accuracy. 4. Government Furnished Equipment and Facilities. The customer will furnish carpet and Carpet tile. 5. Access to Project Site. The Contractor shall coordinate installation passes and parking arrangements with the using agency?s facility manager. 6. Working within the Medical Treatment Facility. Any work that will be done while the building is occupied that will cause interference or disruption of medical facility services shall require a minimum of one weeks notice and must be coordinated with the using agency?s facility manager. a. Storage and Parking. Contractor storage and parking shall be at the job site in an area designated by the using agency?s facility manager. 7. Work Hours, Utility Outages, and Special Conditions. Work is to be done Nights and Weekends. a. Normal duty hours shall be an eight-hour period between 1700 and 0200 hours. Weekends will be 0730 - 1430 hours. Monday through Friday exclusive of Federal holidays. Work outside of normal working hours, or Federal Holidays, is permitted at the option of the Government, at no additional cost to the Government, with notice to the using agency?s facility manager of at least 48 hours before the start of the scheduled work. Any work done during normal business hours of the clinic and while the area is occupied must be coordinated with Facility Management and phased. Facility Management will work with the contractor to insure contractor access. Contractor is to complete the project within 60 days of receipt of Purchase Order. b. Special Conditions. The Contractor shall provide the work with the least possible inconvenience and interference to the Government. The Contractor shall take all possible precautions to prevent damage to government property. All damaged areas shall be repaired at no additional cost to the Government as directed by the Contracting Officer. The job site shall be maintained to provide a reasonably clean and uncluttered appearance at all times c. Safety. The Contractor shall comply with all base fire, safety and confined spaced regulations while completing their work d. Contractor Responsibility. None of the above limits the Contractor?s responsibility to perform all work and to furnish all labor, materials, transportation and supervision required to accomplish the project. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The following FAR Clauses and Provisions apply to this acquisition: Provision 52.212-1, Instructions to Offerors-Commercial Items; Provision 52.212-3, Offeror Representations and Certifications- Commercial Items; Clause 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items the following subparagraphs apply: (a), (b)(3), (b)(5), (b)(6-11), (c)(1-2), and e; DFARS Provision 252.204-7004, Required Central Contractor Registration (Mar 1998); DFARS Clause 252.232-7009, Payment by Electronic Funds Transfer (CCR)(Jun 1998). Registration is required in the CCR database in order to receive a Government contract. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS Provision 252.212-7000 with their quote. The applicable North American Industry Classification System (NAICS) Code is 238330. The Small Business Size Standard is 500 employees. Award will be based on the Best Value to the Government. Paper copies of the Request for Quotation will not be made available. Quotations can be E-Mailed to the following E-Mail address: susan.nott@whiteman.af.mil or by FAX to (660) 687-4822 to the attention of Sue Nott. NOTE: Quotations must be received by 16 September 2005,2:00 CST,late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR)(www.ccr.gov) in order to be eligible for award.
 
Place of Performance
Address: 727 Second Street, Suite 124A, Whiteman AFB MO
Zip Code: 65305
Country: United States of America
 
Record
SN00891309-W 20050911/050909212102 (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.