Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

72 -- Bolling AFB, P-5 (Firehouse) Carpet/Cove Base Installation

Notice Date
8/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 110 Luke Avenue Suite 270, Bolling AFB, DC, 20032, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-Bolling_AFB_P5(Firehouse)_Carpet
 
Response Due
9/6/2007
 
Archive Date
9/21/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-19. This is a Total Service Disabled Veteran Owned Small Business set-aside. The North American Industry Classification System code is 238330 at $13 million size standard. The contractor shall install carpeting and vinyl cove base in accordance with the below statement of work at Building P-5 on Bolling AFB, DC. *****THIS REQUIREMENT IS CURRENTLY UNFUNDED AND IS SUBJECT TO AVAILABILITY OF FUNDS***** 1. DESCRIPTION OF SERVICES. The contractor shall provide all plant, labor, equipment, tools, materials, transportation, supervision, and other items and services necessary to remove existing carpet and cove base and install new carpet in building 5, (Fire House), Bolling Air Force Base, Washington, DC. 1.1. The following work description shall serve as general information only and shall not limit the contractor's responsibility or obligations to conform to all state, local laws and manufacturer's recommendations. 1.2. The estimated area for installation is approximately 350 square yards of carpet and 2400 linear feet of vinyl cove base. All measurements and quantities are approximate. The contractor is responsible for verifying all quantities and measurements. 1.3. The performance period shall start 30 working days after contract award. Work schedule shall be coordinated with Civil Engineer Squadron?s Quality Assurance Personnel, prior to start of work. 2. REMOVAL/INSTALLATION. 2.1. The contractor shall take up and remove the existing carpet and cove base. Ensure bare floors are properly prepared for installation of the following carpet and cove base. CARPET: Manufacturer: C & A Style: Celerate Color: Martinique/Caribbean 38409X Size: 18 Inch Squares COVE BASE: Manufacturer: Roppe Color: P-139 Deep Navy Style: TV 8P139 1/8 Inch Vinyl Size: 4 Inch X 1/8 Inch 2.1.1. Provide an additional 10% replacement carpet to allow for cutting and matching of carpet pattern repeat. 2.1.2. Provide transition strips or protective edges where carpet meets other flooring material. 2.1.3. Carpet shall bear the CRI Green Label for indoor air quality testing. 2.1.4. Cove base shall meet all requirements of ASTM speciation F-1861. 2.2. PRE-INSTALLATION REQUIREMENTS: Before project start, the contractor shall inspect the work site and ascertain all information necessary to deliver complete performance of services. The contractor shall notify the Contracting Officer of any conditions that prevent the completion of these services. 2.2.1. Contractor shall provide manufacturer?s standard samples and specifications of actual carpet to be installed and recommended adhesives, to include Material Safety Data Sheets (MSDS?s). 2.3. SINGLE SOURCE RESPONSIBILITY: Contractor shall install materials produced by a single manufacturer for all required material, including adhesives. 2.3.1. Materials shall be delivered to project site in original factory wrappings and containers, clearly labeled with identification of manufacturer, brand name, and pattern name, quality of grade, fire hazard classification and lot number. Material shall be delivered undamaged to the site. All damages incurred during delivery or installation shall be the sole liability of the contractor. 2.3.2. Contractor shall comply with instructions and recommendations of manufacturer for special delivery, storage, handling and installation requirements. 2.4. EQUIPMENT AND OFFICE FURNITURE MOVING: The contractor shall be responsible for coordinating services for removing equipment, office and modular furniture prior to carpet installation. 2.5. REMOVAL AND DISPOSAL. In removing cemented rubber or vinyl-backed material, the contractor may cut the materials into strips or, if necessary, remove with an electric floor stripper. All floors shall be thoroughly cleaned; all existing adhesive residue, debris and cuttings left from the old carpet shall be disposed of. 2.5.1. Disposal. Existing carpet and carpet installation waste shall be disposed of by the contractor at an off base reclamation site that meets all local, County, State and Federal regulations. The cost for using these facilities compared with the cost for landfill fees shall be provide to the government for cost comparison. A search for location can be found on line at: http://flooring.dupoint.com/NASApp/dcf/LocationFinderServlet. Carpet contain hazardous substance shall be disposed of in accordance with hazardous waste regulations. 2.5.2. After removing existing carpet and tile; inspect and prepare the sub-floor surfaces to achieve satisfactory conditions free from cracks, holes, ridges, coating preventing adhesive bond and other defects impairing performance or appearance. 2.5.3. Contractor shall repair minor holes, cracks, depressions, and rough areas using leveling and patching compounds as recommended by carpet manufacturer. Contractor shall ensure large debris and carpet strips are removed from floor prior to glue application. 2.6. INSTALLATION: Installation of carpet and cove base shall be in accordance with the recommendations, instructions and requirements of the manufacturer so as not to void any material warranty. The contractor shall be held liable for any loss of material warranty as a result of not following manufacturer?s required procedures. 2.6.1. Contractor shall install square tiles or roll carpet, which ever is called for, using methods indicated in strict compliance with manufacturer?s printed instructions. 2.6.2. Contractor shall scribe, cut and fit roll carpet around permanent fixtures, built-in furniture and cabinets, pipes, outlets, and permanent columns, walls and partitions. 2.6.3. Contractor is responsible for replacing cove base throughout area where carpet is installed. All newly installed cove base shall have no obvious gaps from the wall. 2.6.4. When installation is completed, all carpet and tile shall fit snugly to the floor and shall have no bulges, wrinkles, bubbles, open seams or other irregularities affecting the appearance and serviceability. 2.6.5. Provide transition strips or protective edges where carpet meets other flooring materials. 2.7. CLEANING: Contractor shall vacuum and mop area at the end of the operation; removing all cuttings and scrap materials. Glue spots and residue shall be cleaned from the newly installed floor surface and cove base using manufacturer?s suggested cleaning products. 2.8. DISPOSAL: It shall be the responsibility of the contractor to remove and dispose of discarded materials at an off base site that meet all local, County, State and Federal regulations. The contractor shall not use any installation dumpster for disposal. 3. CONTRACTOR REQUIREMENTS: All work shall be performed by contractor/installers who are CFI Certified Floor covering Installers (International Certified Floor covering Installer Association) of manufacturer?s approved installers. 3.1. Security Requirements: All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering Bolling Air Force Base, shall abide by all security regulations of the installation. 3.1.1. Lost vehicle and entry passes shall be reported immediately to Security Forces and the Contracting Officer. 3.2. HOURS OF OPERATIONS. Hours of operation shall be from 7:00 AM to 4:00 PM, except for holidays. If contractor requires a different work schedule, a written justification must be submitted to the Government Quality Assurance Personnel (QAP) for approval. 3.2.1. FEDERAL HOLIDAYS. The following is a list of Federal Holidays observed by this installation: New Years Day Labor Day Inauguration Day Martin Luther King Jr. Birthday Columbus Day President?s Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas 4. SAFETY. The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. 5. COORDINATION. The point of contact for this project is the 11th Civil Engineer Squadron QAP, Mr. Carl Buono at (202) 767-8620. 6. QUALITY ASSURANCE. According to the Inspection of Services clause, the government shall evaluate the contractor?s performance using customer complaint and periodic methods of surveillance. 7. GOVERNMENT REMEDIES. The Contracting Officer shall enforce corrective measures in accordance with applicable policies and procedures for contractor?s failure to perform satisfactory services or failure to correct non-conforming services. 8. GOVERNMENT FURNISHED ITEMS AND SERVICES. Water, electrical power, lighting and restroom facilities will be made available to the contractor by the government in the performance of their work. 9. PERFORMANCE OF SERVICE DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. 9.1. All services to be performed under this contract have been determined to be essential for performance during crisis according to Department of Defense Instructions (DODI) 3020.37 and Air Force Implementation thereof. 10. WARRANTY. Warranties under this contract shall include standard warranties offered by the manufacturer to the general public. Warranty documents shall include care and cleaning instructions to prevent the use of improper cleaning solutions. 10.1. Recommended material warranty should be ten years against 10 percent loss of face fiber, ten-year warranty against edge raveling, snags, picks, runs, and delamination and seven years against matting or crushing. THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES TO THIS SOLICITATION. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. INSPECTON AND ACCEPTANCE TERMS: Contractors standard inspection procedures shall be used. Delivery/Acceptance will be at Building P-5, (Firehouse), Bolling AFB, Washington DC 20332. Delivery of all supplies will be no later than 60 days ADC, to Building P-5, (Firehouse), Bolling AFB, Washington DC 20332. A copy of the Statement of Work will be provided to any contractors who request it. All interested contractors are to submit a copy of their quotation by the solicitation due date. FAR PROVISIONS INCORPORATED BY REFERENCE: 52.212-1 Instructions to Offerors-Commercial Items, 52.215-5 Facsimile Proposals, 52.237-1 Site Visit. FAR PROVISIONS INCORPORATED BY FULL TEXT: 52.212-2 Evaluation-Commercial Items applies to this acquisition, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and past performance will be the factors used to evaluate offers. However, when combined, past performance is significantly more important then price. 52.212-3 Offerors Representations and Certifications-Commercial Items, 52.219-1 Alt I Small Business Program Representation, 52.222-22 Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-3 Alterations in Solicitation. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text, or have this information documented in the online representations and certifications systems at https://orca.bpn.gov . FAR CLAUSES INCORPORATED BY REFERENCE: 52.204-7 Central Contractor Registration, 52.212-4 Contract Terms and Conditions, Commercial Items, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor, Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-41 Service Contract Act of 1965, as Amended, 52.222-50 Combatting Trafficking in Persons, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.223-6 Drug-Free Workplace, 52.223-10 Waste Reduction Program, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by electronic Funds Transfer - Central Contractor Registration, 52.233-1 Disputes, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-2 Protection of Government Building, Equipment, and Vegetation, 52.242-15 Stop-Work Order, 52.246-1 Contractor Inspection Requirements, 52.247-34 F.o.b. Destination, 52.253-1 Computer Generated Forms, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.223-7001 Hazard Warning Labels, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country sources as Subcontractors, 252.232-7003 Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report, 252.247-7006 Removal of Contractor's Employees, 252.247-7007 Liability and Insurance. FAR CLAUSES INCORPORATED BY FULL TEXT: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.219-28 Post-Award Small Business Program Representation, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.223-11 Ozone- Depleting Substances, 52.252-2 Clauses Incorporated by Reference, 52.252-4 Alterations in Contracts, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items, 5352.242-9000 Contractor access to Air Force installations, 5352.223-9001 Health and Safety on Government Installations. All responses must be received no later than 3:00 pm Eastern Standard Time, 06 September 2007 to 11th CONS/LGCF 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to nathan.taylor@bolling.af.mil. An official authorized to bind your company shall sign the offer. THERE WILL BE A SITE VISIT AT BUILDING P-5, (Firehouse) ON BOLLING AFB ON 30 AUGUST 2007 AT 2:00 p.m. EST. PLEASE CONTACT SrA NATHAN TAYLOR IF YOU ARE PLANNING TO ATTEND. Interested Parties wishing to attend the site visit must submit the names, dates of birth, and social security numbers of all personnel planning to be in attendance by 5:00 p.m. EST. on 29 AUG 2007. The incorporated wage determination WD 05-2103 (Rev -4) dated 10 July 2007 is applicable. The website for this wage determination is http://www.wdol.gov/wdol/scafiles/std/05-2103.txt. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. Questions concerning this solicitation should be addressed to SrA Nathan Taylor, Contract Specialist, Phone (202) 767-7963, FAX (202) 767-7896, E-mail to: nathan.taylor@bolling.af.mil.
 
Place of Performance
Address: P-5 (Firehouse), Bolling AFB, DC
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01384393-W 20070826/070824221725 (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.