Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2006 FBO #1766
MODIFICATION

71 -- Auditorium Chairs

Notice Date
9/25/2006
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-06-T-6126
 
Response Due
9/26/2006
 
Archive Date
10/11/2006
 
Point of Contact
Jonathan Tringali, Contract Specialist, Phone 719-556-3843, Fax null,
 
E-Mail Address
jonathan.tringali@peterson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This soliciation, FA2517-06-T-6126, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquistion Circular (FAC) 2005-02. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 236220 and the small business size standard is $31 Million. The following commercial items are requested in this solicitation; Upgrades to the auditorium located in Bldg 1141 at Peterson AFB, CO to include the following: Purchase and installation of approximately 45 theater chairs depending proposed room layout, 41 minimum with one handicap accessible spot. (If quote is submitted for 41 chairs, include a priced option for 45 chairs) Description of chairs: Steel interior construction for back and seatpan (or material proven to have equal strength and durability), serpentine steel innersprings, polypropylene back coverings, shift resistant seat coverings with integrally molded polyurethane foam padding shaped for comfort and support, two independent hinge mechanisms that ensure consistant ? safety fold for the life of the chair. The upholstery shall meet the Wyzenbeck double-rub test at 100,000 or more. Fabric shall have a small to medium pattern with multiple colors, a tweed is not considered a pattern as it is too small. Large fold-away tablet arms that fold and stow between two seats, one piece cast iron standards, solid plastic armcaps. Chairs installed with a secure bolt through riser platform. The furniture finishes shall coordinate with the paint and carpet finishes listed below and shall be submitted for approval by the government. Options may be submitted. Room shall have four rows of seats with a raised three tier platform approximately 21? high at rear of room for theater chairs. First row of chairs on ground level must be sucurely mounted. Minimum of one handicap seating area near door. New carpet on platforms and base floor with the following specifications: Shaw: Stereo ew sq #59250, Surf #50100, density 6882, multi level loop, nylon, 63% solution dyed and 37% yarn dyed, gauge 1/12, and 10 stitches per inch. Replace rubber base within room with the following specifications: Johnsonite: #80 Fawn, 4?h cove base, 1/8? thick, corners formed on site. Replace rubber tread and risers within room, full length of edge for existing stage and steps on new platform with the following specifications: Johnsonite: #80 Fawn, hammered finish. Paint walls within room to the following specifications: Sherwin Williams: #SW6080 Utterly Beige, MPI Gloss Level 4. Paint door frames and doors within room to the following specifications: Sherwin Williams: #SW6080 Utterly Beige, MPI Gloss Level 5. Note the two different wall gloss levels, this information is found at the Master Painters Institute web site. Note that nine rank insignia are permanently fixed to wall and will need to be painted around. All other loose items will be removed by the customer prior to work start. Dry erase board at front of room will be removed and reinstalled by contractor. Existing chair rail needs to be replaced or modified to match the angle of tiers. The new platform and room layout shall comply with all Fire Codes, Life Safety Codes, and Handicap Accessibility Codes. This detailed information and drawings shall be submitted to the government for approval. The information shall show how the platform will be capable of holding the load of the chairs and the people. Include delivery, removal and proper disposal of existing materials to facilitate new product installation, removal of existing stage and electrical components under stage, installation of items listed above, cleanup area after work is completed, and parts and labor warranty information. Dumpsters will not be provided, but the customer can coordinate to make room for a 30? dumpster if the contractor wants to deliver one to the job site. The building does not have elevator access to the second floor. All work to be started within 75 days after award of contract and completed within 14 days of starting. Contractor and customer will work out an acceptable start date to minimize mission impact. FOB: Destination for delivery to Bldg 1141, 301 W STEWART AVE PETERSON AFB, CO 80914. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; Service Contract Act. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to SSgt Jonathan Tringali at : Fax 719-556-4538; e-mail jonathan.tringali@peterson.af.mil; or mail directly to 700 SUFFOLK STREET, BLDG 982 PETERSON AFB, CO 80914-1200. Quotes are required to be received no later than 12:00 PM MST, Tuesday, 26 Sept 2006. Quotes will be evaluated based on best value, taking into consideration price and and acceptability of items. A site visit will be held for all interested parties on Friday, 22 Sept 2006. Please RSVP to SSgt Jonathan Tringali no later than 12:00 PM MST, Thursday, 21 Sept 2006 at email address listed above with names of personnel attending. You will need a current picture ID, Drivers license, proof of vehicle registration, and proof of vehicle insurance. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-SEP-2006); 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.fbo.gov/spg/USAF/AFSC/21CONSb984/FA2517-06-T-6126/listing.html)
 
Place of Performance
Address: Bldg 1141, 301 W STEWART AVE PETERSON AFB, CO
Zip Code: 80914
Country: UNITED STATES
 
Record
SN01154487-F 20060927/060925223326 (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  © 1994-2020, Loren Data Corp.