Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

Z -- Carpet for Community center

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
238330 — Flooring Contractors
 
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
FA4809-06-Q-6032Carpet
 
Response Due
9/21/2006
 
Archive Date
10/6/2006
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION 100% SMALL BUSINESS SET-ASIDE Solicitation No: FA4809-06-Q-6032 This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-12. 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% Small Business Set-Aside. This is a firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-06-Q-6032. The NAICS code 238330 applies to this solicitation. The size standard is $13,000,000. CLIN#001: Purchase, Remove and Install 1338 Square Yards of carpet; Quantity: 1, Unit of Issue: Lump Sum. Statement of Work 1. SCOPE: The work covered by this specification consists of furnishing all plans, labor, equipment, appliances and performing all operations to provide and install carpet (Interface Style: 1380102500 Cubic 182*IC50CM color: 4292*AREA) in bldg 3728, Community Center. 2. LOCATION: This work is to be done at 1310 Andrews St. Seymour Johnson AFB, NC 27531. 3. WORK WEEK: The contractor shall install the carpet during the work-day (before 1500) and/or weekends or holidays, days to be determined. Thirty days from beginning of installation are authorized to complete the work satisfactorily in a timely manner and minimize disruption. Work-hours will be 0800-1500 Monday through Friday. Any deviations from this schedule shall require approval from contracting officer. 4. VISITING SITE: Prospective bidders are encouraged to visit the job site before submitting measurements pertaining to contractor supplied material or parts. A site visit will be held at the 4th Contracting Squadron, 1695 Wright Brothers Ave. Seymour Johnson AFB NC 27531 on Monday 18 September 2006 at 10:00 AM Eastern Standard Time. ONLY ONE SITE VISIT WILL BE HELD. 5. WORKMANSHIP: All workmanship will comply with standard trade practice. 6. CLEANING: Contractor shall keep the worksite free from accumulations of waste materials. All waste 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 and local laws. Daily upon completions of this contract, the contractor shall leave the work site and premises in clean, neat conditions, satisfactory to the contracting officer or his representative. 7. PROTECTION OF FACILITY: The contractor will guarantee all material and workmanship for a period of 1-year form completions of work. 8. ORDER OF WORK: Contractor shall remove existing carpet and install new carpet, approximately 1338 sq yd. Contractor shall provide all necessary supplies to include floor patch, reducer, seam sealer, adhesive, etc. Contractor shall procure and provide installation of carpet. Contractor shall remove and dispose of existing carpet off base according to state and local laws. 9. EMPLOYEES: The contractor shall ensure all employees working on Seymour Johnson Air Force Base possess proper identification and/or citizenship documentation. Under the Immigration and Nationality Act (INA), employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired (Ref: U. S. Department of Labor: http://www.dol.gov/compliance/guide/aw.htm#whowhich) The following clauses and provisions apply to this acquisition: FAR 52.211-6 Brand Name or Equal, 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, delivery and warranty 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) (5)(ii) (14) (15) (16) (17) (18) (19) (20) (24)(ii) (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 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), 52.219-6 Notice of Small Business Set-Aside. FAR 52.222-6 Davis-Bacon Act (Wage Determination # NC030053 dated June 13, 2003 applies to this acquisition) FAR 52.222-7 Withholding of Funds, FAR 52.222-8 Payrolls and Basic Records, FAR 52.222-9 Apprentices and Trainees, FAR 52.222-10 Compliance with Copeland Act Requirements, FAR 52.222-11 Subcontracts (Labor Standards), FAR 52.222-12 Contract Termination-Debarment, FAR 52.222-13 Compliance with Davis-Bacon and Related Act Regulations, FAR 52.222-14 Disputes Concerning Labor Standards, FAR 52.222-15, Certification of Eligibility, FAR 52.232-18 Availability of Funds, FAR 52.247-34 F.O.B. ? Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil). FAR 52.252-6 Authorized Deviations in Clauses. 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, AFFARS 5352.201-9101, Ombudsman. Primary Point of Contact is TSgt Brian Cooper (919) 722-5405 and Alternate is 2Lt Bruce Hebert at (919) 722-54019. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. Facsimile quotes will also be accepted at (919) 722-5404. A site visit will be held at the 4th Contracting Squadron, 1695 Wright Brothers Ave. Seymour Johnson AFB NC 27531 on Monday 18 September 2006 at 10:00 AM Eastern Standard Time. ONLY ONE SITE VISIT WILL BE HELD. All quotes shall be received NLT 21 September 2006 at 4:00 P.M. EST. 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. WAGE DETERMINATION GENERAL DECISION NC030053 06/13/2003 NC53 Date: June 13, 2003 General Decision Number NC030053 Superseded General Decision No. NC020053 State: North Carolina Construction Type: BUILDING County(ies): WAYNE BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 06/13/2003 COUNTY(ies): WAYNE SUNC1032A 03/13/1997 Rates Fringes ACOUSTICAL CEILING MECHANIC 11.50 .43 CARPENTER (Excluding formwork,batt/ blown insulation, acoustical ceiling installation, carpet laying, overhead doors, and drywall hanging 10.62 1.08 CEMENT MASON 10.66 .95 DRYWALL FINISHER 12.00 DRYWALL HANGER 12.00 .63 ELECTRICIAN (Excluding HVAC control wiring) 10.88 .93 GLAZIER 10.41 1.42 HVAC MECHANIC 13.75 1.13 IRONWORKER-STRUCTURAL 10.15 .97 LABORERS: Unskilled 6.95 Landscape Worker 7.31 OVERHEAD DOOR INSTALLER 9.50 .52 PAINTER (including paperhanging, excluding drywall finishing 9.00 .35 PLUMBER (Excluding HVAC piping) 11.59 1.67 POWER EQUIPMENT OPERATORS: Backhoe 10.00 Dozer 10.00 Grader 13.83 ROOFER 8.42 .26 SHEETMETAL WORKER (Excluding HVAC duct work) 10.34 1.06 TRUCK DRIVER-TANDEM DUMP 10.00 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION
 
Place of Performance
Address: 4th Contracting Sq., 1695 Wright Brothers Ave., Seymour Johnson AFB NC 27531
Zip Code: 27531
Country: UNITED STATES
 
Record
SN01142162-W 20060915/060913220857 (fbodaily.com)
 
Source
FedBizOpps 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.