Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2008 FBO #2285
MODIFICATION

N -- Carpet Installation

Notice Date
2/26/2008
 
Notice Type
Modification
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, MO, 65305, UNITED STATES
 
ZIP Code
65305
 
Solicitation Number
Reference-Number-F4E3Z78038A001
 
Response Due
3/14/2008
 
Archive Date
3/29/2008
 
Point of Contact
John Hill, Contract Administrator, Phone 660-687-5436, Fax 660-687-4822, - George Cromer, Contracting Officer, Phone (660)687-5399, Fax (660)687-4822
 
E-Mail Address
509cons.sollgcb@whiteman.af.mil, 509cons.sollgca@whiteman.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). This is a 100% Small Business Set-Aside.The point of contact for this RFQ is SSgt John Hill at (660) 687-5436. STATEMENT OF WORK Install Dorm Carpet Challenger Hall, Bldg 1560 1. SCOPE: The scope covered by this Statement of Work is for the installation of Carpet in Whiteman AFB. Dorm rooms. 2. DESCRIPTION OF PROJECT: The project shall remove and replace dorm room carpet. The work includes, but is not limited to the following major items: A. Demolition/ Removal of existing carpet. (Approx..3800 Sq.Yrds). a. Contractor will remove all furniture from rooms being recarpeted and return it to its original location at completion. Personal belongings in occupied rooms will be removed by the occupants prior to work beginning. b. Provide all labor and equipment to remove (Approx. 3800 Sq. Yards of GOV. carpet. c. Remove approx. 9220lf. of rubber cove base. d. Scrape existing adhesive. e. Prepare floors for carpet installation. B. Install new Carpet ( Approx. 3800 Sq Yards). a. Provide all labor, equipment and material to install (Approx.) 3800 Sq. Yards of GOV. furnished carpet by glue down method. b. Install (Approx.) 9,220 Lf. of rubber cove base. c. Remove scraps and vacuum carpet after installation. d. Contractor will place all furniture in its original position at the completition of work,or at the end of each work day. C. Work Performance. a. Contractor will need to provide a written notice 5 business days prior to the start of any work. b. Total performance period is 45 days. Contactor may work on weekends with 72 hour advance notification to the Government. 3. DESIGN CRITERIA: A. The project shall be designed in accordance with Whiteman Design Policy, energy conservation considerations, appropriate codes (i.e., Uniform Building Code, National Fire Protection Code, National Electrical Code, National Plumbing code, and other applicable DOD and Air Force regulations, Manuals, and Engineering Technical Letters and Whiteman Standards). B. MATERIALS AND SERVICES FURNISHED BY THE GOVERNMENT: The Government will furnish carpet and rubber cove base. 4. Additional Information A. Removal and disposal of existing carpet/materials is the responsibility of the contractor. Contractor to furnish any dumpster service if required. B. Contractor to furnish all materials for installation including glue and thresholds (transition strips). Threshold will be installed only at the bathroom, not when adjoining room to the hallway. Threshold color to match cove base. C. Substrate is concrete. D. Carpet will be furnished in 12.0 and 12.5 foot rolls and is stored in building approximately 1/3 mile from dorm site. Contractor is responsible for transporting carpet to the work site. E. Work may be accomplished between the hours of 7:00 AM and 7:00 PM. F. There is one closet per room to also be carpeted. G. All rooms (est. 125 rooms) are located in one three-story, occupied dormitory, consisting of 11 hallways. There are no elevators. H. Rubber cove base will be Government furnished. The color of the cove base is 150 dark grey. I. Carpet is nylon pile with a jute type backing J. Furniture to be moved is typical of a dorm room, i.e. bed, dresser, desk, small refrigerator etc. Furniture could vary room to room. K. The room sizes are approx. 11ft 7in x 22ft. Room walls are made of sheet rock. L. The current carpet has been in place for approx. 17 yrs. M. The contractor will have access to approx. 8-12 rooms per day. N. The carpet to be installed is jute latex action back carpet manufactured by Tandus. O. The contractor will not be required to provide a forklift to move the carpet. The government will have a forklift and personel to operate it in order to load carpet onto a contractors vehicle. P. A roll carpet cutter is available for the contractor to use. ***END OF STATEMENT OF WORK*** This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and AFAC 2007-0823. The following FAR Clauses and Provisions apply to this acquisition: Provision 52.212-1, Instructions to Offerors-Commercial Items; Provision 52.212-3, Offeror Representations and Certifications- Commercial Items; Clause 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items the following subparagraphs apply: (a), (b)(5), (b)(15-16, 18-21), (b)(24)(i)(ii), (b)(28), (b)(29)(ii), (b)(31, 36),(c)(1,2 and 4) and (e); FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; DFARS Clause 5352.242-9000, Contractor Access to Air Force Installations; DFARS Clause 5352.201-9101, Ombudsman Clause; DFARS Clause 5352.223-9000, Elimination of ODS; FAR Clause 252.204-7004, Central Contractor Registration (CCR); DFARS Clause 252.232-7003, Electronic Submission of Payment Request. Registration is required in the CCR database in order to receive a Government contract. DFARS Provision 252.212-7000, Offeror Representations and Certifications. Wage Determination No.: 2005-2307 Revision #05 applies to this services contract, to view - http://www.wdol.gov/sca.aspx. Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS Provision 252.212-7000 with their quote (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The applicable North American Industry Classification System (NAICS) Code is 238330. The Small Business Size Standard is $13 MIL. Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to: SSgt John Hill or by FAX to (660) 687-4822 to the attention of SSgt John Hill. NOTE: Quotations must be received by 7 March 2008, 12:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency. Past performance has been added to the solicitation as an evaluation factor. Past performance will be evaluated as a measure of the Government?s confidence in the offeror?s ability to successfully perform based on previous and current contract efforts and years of experience. The following factors shall be used to evaluate offers: past performance and price. By submission of its offer, the Offeror accedes to the terms of this contract and all such offers shall be treated equally except for their prices and performance records. When addressing past performance evaluation criteria set forth in this solicitation, the Offeror shall provide current and relevant information regarding an Offeror?s actions under previously awarded contracts. If the Offeror does not have Government references, the Offeror shall provide references from private industry sources that are not prohibited from furnishing information to the Government. Offerors shall submit a priced proposal and a Reference List identifying all businesses and Federal, State, or Local Government agencies for whom the Offeror has been awarded a contract during the past three (3) years. If an Offeror has more than three(3) awarded contracts during the past three (3) year period, then identify only the last three (3) consecutive awarded contracts For each reference on the list of awarded contracts, identify the following: 1. Contract number, type of contract (fixed price, cost reimbursement, etc.); 2. Whether the Offeror performed as the prime or a subcontractor; 3. Name of the contracting office and verified address, phone number of point(s) of contract 4. Project Title and/or brief description of service project. 5. Initial price and final or current price 6. Contract start date, scheduled completion date, and current or final completion date. 7. Percent complete as of the date of submission of the proposal; and 8. Comments, if desired. Due to the complexity of the project, a site visit will be held on 04 March 2008 @ 1:00pm. Please arrive at the Spirit gate visitor center at least 15 minutes prior to the arranged time in order to secure a visitor pass. Futhermore, please limit the number of attendee?s to no more than two representatives from each company. To gain access to the installation you?ll need to have government issued ID (e.g. driver?s license, state issued photo ID) for every individual, and vehicle registration and insurance for each vehicle. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-FEB-2008); 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/ACC/509CONS/Reference-Number-F4E3Z78038A001/listing.html)
 
Place of Performance
Address: Whiteman AFB, MO
Zip Code: 64093
Country: UNITED STATES
 
Record
SN01517684-F 20080228/080226225822 (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.