Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

72 -- Carpet Buildings 318,328

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
314110 — Carpet and Rug Mills
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Marne Loop, F.E.Warren AFB, WY, 82005-2860, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1Y3DA7235A001
 
Response Due
9/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis solicitation for commercial items prepared in accordance with the format in FAR 12 Sub Part 12.6 as supplemented with additional information included in this notice. The solicitation is set aside 100% for Small Business. The NAICS code is 314110. The Small Business Size Standard is 500 employees. Description of Services. The contractor shall be fully responsible for compliance with all base, local, state, and Federal environmental/occupational safety laws, rules and regulations. The contractor shall follow life and safety codes, and take necessary actions to avoid conditions, which may be hazardous to the health and safety of base personnel. If there is a change any of the products used, another sample must be provided to the Contracting Officer prior to any installation of the substituted products. Required services to be completed within 60 days from award. Security Passes: The contractor will be required to apply for vehicle passes through Pass and Registration (Bldg 232) and individual identification badges through the 90th Contracting Squadron (Bldg 208). Upon completion or termination of the contract, or an individual's employment on the project, the Contractor will retrieve the identification badges and surrender it to the Security Police, Pass and ID Section. All quotes will be inclusive of all costs. The following clauses will apply to this solicitation and will be incorporated into the award. The Government reserves the right to enter clauses into the award which are not in the solicitation with notice to the selected contractor. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: www.arnet.gov/far. Clauses include: 52.204-7 -- Central Contractor Registration. (July 2006), 52.212-1 -- Instructions to Offerors -- Commercial Items. (Sep 2006), 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Nov 2006), 52.212-4 -- Contract Terms and Conditions -- Commercial Items, (Feb 2007), 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2007), 252.204-7004 Alternate A Central Contractor Registration (NOV 2003), 252.212-7000 Offeror Representations and Certifications--Commercial Items (JUN 2005), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007). FAR Clause 52.252-2 Clauses Incorporated by Reference (Feb 1998). Clauses to be Incorporated by Full Text include 52.237-1 -- Site Visit (Apr 1984), 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (MAR 2007); 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS). (APR 2003). You are encouraged to submit quotes electronically to kate.schaumann@warren.af.mil. Quotes may also be submitted on letterhead and faxed to the attention of Kate Schaumann Contract Administrator @ 307-773-4636. All offerors must complete on-line registration at the following sites: The requirement calls for Contractors to be registered with the Central Contractor Registration (CCR) http://www.ccr.gov. Purchase orders cannot be awarded to companies that are not registered in CCR. Contractors must validate this information by registering at http://orca.bpn.gov. Quotes should be good for 30 days from the date of submittal. Award will be made within 7 days of close of this announcement. DATE: 31 August 2007 STATEMENT OF WORK Work Order No. N/A Install carpet, and vinyl base in buildings 318, 328 1. GENERAL: a. Carpet, and vinyl base are not government furnished. Contractor shall supply carpet and vinyl base and deliver it to buildings 318 and 328 for installation. Measurements will be established at site visit. b. All other materials (adhesives, edge strips, floor stone, seam joining materials, etc.) are to be furnished by the Contractor and of a type suitable for the purpose intended. c. There is existing carpet to be removed. Contractor is responsible for off-base disposal. d. Hazardous Materials (HM) Approval. Contractor shall submit a Materials Safety Data Sheet (MSDS) for each chemical and/or compound proposed carpet installation to the Base Bioenvironmental Office (90 ADOS/SGGB) for review and approval prior to delivery to the base. A HM is defined in Federal Standard DED-STD-313D, Tables I and II. The definition of materials presenting a health or physical hazard is found in OSHA 29 Code of Federal Regulations 1910.1200(c). e. Hazardous Materials Management. All HM shall be managed, stored and monitored in full compliance with all applicable local, state, federal and Air Force regulations. Contractors who bring hazardous materials onto FEW AFB without authorization are responsible for any punitive or regulatory actions. Contractors are responsible for proper disposal of containers/hazardous material. Flammable liquids shall be stored in an approved fireproof storage cabinet. All chemicals shall be secured and properly stored when not in use. f. Prohibited Hazardous Materials. Prohibited materials include those that contain Class 1 ozone-depleting substances (including CFCs, halons, carbon tetrachloride, methyl chloroform and methyl bromide) per Air Force Policy and as regulated by Title VI of the Clean Air Act, specifically Sections 601-607. Other prohibited construction materials include lead (i.e. lead-based paint), asbestos, PCBs or other hazardous substances. g. New and Recycled Materials and Equipment Purchasing. All materials and equipment shall be new or newly manufactured using recycled materials unless otherwise indicated. All materials (both new and recycled) shall be the most suitable and highest grade and type for the intended use unless otherwise indicated. They shall be produced by a manufacturer regularly engaged in manufacturing or fabricating similar products with a history of successful production acceptable to the Contracting Office. When names of manufacturers or models are listed, the purpose is to give examples of products meeting the specifications and to provide a basis for subject to the following: (1) the product is equivalent to the specified product meets or exceeds the requirements of the specifications and is otherwise suitable for the intended use. (2) The warranty meets or exceeds that of the specified product and the requirements of the specifications. (3) The Contractor coordinates the installation and makes any necessary changes at no additional cost to the Government. (4) The Contractor waives claims for any time extension associated with the use of the product. j. Recycled Product Purchases. Contractors must comply with guidelines and requirements of The Air Force Affirmative Procurement Program for the purchase and use of recycled material. This is required by Presidential Executive Order and Section 6002 of the Resource Conservation and Recovery Act (RCRA) (42 U.S.C. 6962). The use of recycled products is mandatory unless they are not available within a reasonable time frame, or if the cost exceeds the cost of a non-recycled item or if they do not meet the technical requirements of the project, or if they are not available from at least two (2) sources so as to maintain a satisfactory level of competition. The construction materials included under this requirement are all types of carpet made of polyester fiber and floor tile containing recovered rubber or plastic. The use of other recycled products is encouraged. Recycled Products Reporting. Contractors must compile a "Recycled Products Report" for the Resource Recovery and Recycling Manager at 90 CES/CEV listing the total quantity recycled products used. Submit the report through the COAR at the end of the contract period or at the end of the calendar year, whichever comes first. 1. Material Storage. Contractors shall protect materials during delivery, storage, handling and installation per manufacturer's printed instructions. Materials should be placed on blocking and covered when necessary to protect from water, dust, direct exposure to sunlight and other elements. Materials should be delivered in original containers or packaging with labels intact. Storage locations shall not interfere with work of other trades. Acceptable temperature and humidity conditions must be maintained. Work areas shall be enclosed, watertight, and heated as necessary to protect finish materials during and after installation. m. Affirmative Procurement Guidance. The use of recycled material shall follow requirements based upon Department of the Air Force Space Command Affirmative Procurement Program Policy and Guidance Letter dated 8 April 2002. The main legal requirements for an Affirmative Procurement Program (APP) are derived from Executive Order 13101 dated 14 September 1998 (http;//www.ofee.gov) and the Resource Conservation and Recovery Act (RCRA) Section 6002 (http://www.ornl.gov/ornlp2/sec6002.htm). This policy requires action by the Federal Government or its authorized agents to make more efficient use of natural resources by maximizing recycling and preventing waste whenever possible. Specifically, it mandates procurement of the five EPA guideline items; calls for review of government plans and specifications to eliminate virgin material requirements; requires recycling programs and requires consideration of: recovered materials use, reuse of products, life cycle cost analysis, ease of recycling, and use of environmentally preferable products. 2. CARPET INSTALLATION (Direct glue down method): a. Repair holes, cracks, depressions and rough areas using materials suitable for the purpose intended; grind raised areas and ridges to a smooth, level surface. Sweep floor clean of all foreign materials before installation. b. Remove and cut off all doors that touch carpet surface. c. Do not remove/replace baseboard unless directed otherwise. d. Install carpet wall to wall in areas indicated: spread adhesive with a notched trowel (full coat under all carpet areas). Installed carpet shall be smooth, uniform and secure with a minimum of seams; run seams toward light where practical with carpet pile in the same direction and patterns accurately matched; seams at doorways centered directly under doors; treat all seams with a seam adhesive. Install aluminum, vinyl or rubber edge strips at all carpet edges that meet hard surface flooring. Trim edges at walls straight and true. 3. VCT INSTALLATION a. VCT shall be installed in accordance with the manufacturer?s written instructions over an approved substrate. 4. CLEAN-UP: When complete, remove all debris, scraps and foreign matter. Remove any soiled spots or adhesive with appropriate spot remover. Remove any protruding face yarn with sharp scissors. Vacuum carpet to remove all small debris, dust footprints, etc. Scraps smaller than 2' x 3' shall be disposed of. Pieces larger than 2' x 3' but less than 12' x 10' shall be rolled and tied and left in the building unless directed otherwise. 5. SPECIAL CONDITIONS: Carpet: Mohawk 8403 Standard back. Color Evergreen or equal. Equal must be approved by contracting and customer prior to award of contract.
 
Place of Performance
Address: F.E. Warren AFB, Cheyenne, WY
Zip Code: 82005
Country: UNITED STATES
 
Record
SN01392289-W 20070902/070831221730 (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.