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

83 -- CARPETING TO BE PROVIDED AND INSTALLED AT NAVICP MECHANICSBURG.

Notice Date
8/24/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00189 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018907TZ064
 
Response Due
9/7/2007
 
Archive Date
9/30/2007
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00189-07-T-Z064. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-17 and DFARS Change Notice 20070531. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . This is an unrestricted, full and open, competitive action. The NAICS code is 314110 and the Small Business Standard is 500 employees. The FISC Norfolk, Philadelphia Division requests responses from qualified sources capable of providing: CLIN 0001: Carpet to be provided and installed in the quantity and in accordance with the specifications listed herein. A SITE VISIT AT BLDG 410 (NAVICP MECHANICSBURG) IS SCHEDULED FOR 30 AUGUST 2007 AT 10:00AM. CONTRACTORS MAY CONTACT LUANN RUSSELLl, NAVICP, 717-605-1428 or Wesley S. Dennis, NAVICP OSX2, 717-605-3763 TO MAKE ARRANGEMENTS FOR ACCESS TO THE NAVICP AND FOR ANY DIRECTIONS THAT MIGHT BE NEEDED. STATEMENT OF WORK FOR NAVAL INVENTORY CONTROL POINT (NAVICP) MECHANICSBURG BLDG 410 CARPET ACQUISITION AND INSTALLATION NAVICP has a requirement to replace old, deteriorated carpet in Building 410 at the Naval Support Activity (NSA). This project is consistent with our long range facilities Quality of Life Improvement Plan (QOLIP) to upgrade all NAVICP administrative workspaces. The new carpet will consist of 24"x 24" modular carpet tile, versus rolled broadloom carpet. This modular carpet minimizes replacement costs due to damage, untreatable stains or renovation changes and is less costly to install in occupied spaces. Several types of carpet are required. Two types of special building entrance carpets are required to capture exterior dirt, snow deicing materials and other contaminants before entering the main hallway or lobby entrance areas. This specialized carpet preserves the life of the main carpets and minimizes janitorial costs of carpet cleaning. The other carpet requirements for the open administrative office spaces, central hallways, wing hallways and private offices are ne eded to provide an aesthetic, professional appearance with a high durability carpet material, reducing long term maintenance and premature replacement costs. For appearance and consistency with existing furniture and office color schemes, carpet samples must be provided to the NAVICP Business Office for color and pattern approval. NAVICP requires 7,869.30 square yards of new carpet for this project along with 8,400 lineal feet of cove base. Carpet thresholds for all transition spaces are also required. All VCT floorings must be stripped waxed with patching and repairs as necessary. 6,500 SY of existing carpet is to be removed and disposed. Approximately 380 square yards of carpet referenced above is for overage (attic stock). Government's preference is to match 1,272 square yards of existing carpet previously procured from Mohawk Carpet Corporation, Lees Carpet Division. If matching carpet is not available, the in-stock carpet may be excessed as a loss to the government if it cannot be utilized elsewhere, making the new carpet requirement a total of 9,141 square yards. On-site visit(s) by prospective bidders is required to understand requirements for cut ins, thresholds, borders, and confirmation of total SY requirements. It is requested that the vendor offer a guaranteed lifetime warranty on all carpets against dishing, doming, cupping, crushing, matting, fading. Must be static free, colorfast stain-resistant yarn with 96% or better stain resistance. A Duracolor or similar yarn dyed stain resistant material is required. Backing material shall be a superior tuft bind with no edge ravel, no seam sealers, no delamination and impervious to moisture. Surface texture is to be textured loop graphics, 1/8" gauge with finished pile thickness .123" (3.1 mm) average. Face yarn weight is to be 22 oz per SY .All primers and pressure sensitive adhesives must be approved by the carpet manufacturer to ensure a lifetime warranted installation on adhesives. All materials required for installation are to be included in this solicitation. Installation time must ensure an overnight set up for next business day traffic. Carpet selected for entrances to capture initial dirt should be of tufted construction, 5/32" gauge; DuPont nylon 6.6 with 6.6 scraper died yarn, with reinforced synthetic/fiberglass backing. This carpet shall also have a lifetime warranty on wear (no more than 10% face yarn loss), static, edge ravel delamination and tuft bind. To ensure the government the opportunity to purchase material, installation and follow-on customer support services from one entity, we request a single prime vendor be awarded responsibility for both material and installation to limit liability to a single source. Other than the hallways, the administrative spaces are occupied with modular and standalone furniture, files, bookcases, some safes, water coolers, coffee messes, filing systems and other typical office furniture. This installation must incorporate a furniture "lift system" to install the carpet. No computer equipment can be detached from local area network cabling during the installation process. Installation must occur after hours or on weekends and coordinated with appropriate Navy personnel. All spaces must be completed and available for employee access to work following each evening/weekend phase of the installation to preclude any work stoppage. Contractor personnel must obtain access to the installation under existing security procedures. POC at NAVICP Mechanicsburg: Luann Russell, NAVICP, 717-605-1428 or Wesley S. Dennis, NAVICP OSX2, 717-605-3763 Delivery is no later than sixty (60) days after date of contract. **Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 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 (All mandatory clauses plus: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332)). Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including in addition to the mandatory clauses, 52.203-3 Gratuities (APR 1984)(10 USC 2207); 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005)(41 USC 10a-10d, E.O. 10582); 252.232-7003 Electronic Submission of Payment Requests (MAR 2007)(10 USC2227); 252.247-7023 Transportation of Supplies by Sea (MAY 2002)(10 USC 2631); 252-247-7024 Notification of Transportation of S upplies by Sea (MAR 2000)(10 USC 2631); (252.247-7023 and 252.247-7024 shall be incorporated by the contractor into any resultant subcontracts.) The Year 2000 Warranty - Commercial Items applies. Inspecton and acceptance shall be at destination by the Government. This announcement will close at 4:00 PM (Philadelphia time) on 7 September 2007. Contact Mr. David Gagliardi, FISC Philadelphia who can be reached at 215-697-9606 or email david.gagliardi1@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be made on a best value basis with technical factors being more important than price. The technical factors are as follows: (a) 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 other factors considered. The following factors in descending order of importance shall be used to evaluate offers: 1. Technical - Commercial Product Information shall be submitted which demonstrates the contractors compliance with the requirements set forth in the solicitation. 2. Past Performance - The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Gove rnment reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will gi ve greater consideration to the contracts that the Government feels ar e most relevant to the RFQ. 3. Price Technical and past performance, when combined, are more important than price. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Record
SN01384805-W 20070826/070824222642 (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.