Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOLICITATION NOTICE

S -- Replace Flooring Bldgs 47 & 1302

Notice Date
7/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, District of Columbia, 20032
 
ZIP Code
20032
 
Solicitation Number
FA7012-08-T-0033
 
Archive Date
8/6/2008
 
Point of Contact
Shon E Johnson,, Phone: 202-767-8035, Maria B Williams,, Phone: 202-767-8103
 
E-Mail Address
shon.johnson@bolling.af.mil, maria.williams@bolling.af.mil
 
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) 2005-18. This is a Service Disabled Veteran Owned Small Business set-aside. The North American Industry Classification System code is 238330 at $13 million size standard. Work shall be in accordance with attached Statement of Work. Contractor shall bid each line item as an all inclusive price. LINE ITEM: 0001: Building 1302, Bolling AFB. The contractor shall remove and replace approximately 2,600 square yards of sheet vinyl, approximately 5,500 linear feet of cove base, and approximately 4,500 linear feet of heat welding in an approximate total of 93 kitchens and baths. $ _________. LINE ITEM: 0002: Building 47, Bolling AFB. The contractor shall remove and replace approximately 723 square yards of sheet vinyl, approximately 2,000 linear feet of cove base, and approximately 2,500 linear feet of heat welding in an approximate total of 39 kitchens. $ ___________. Please read the Statement of Work carefully and insure the full work effort pricing shall be inclusive of each line item. STATEMENT OF WORK DESCRIPTION OF SERVICES. The contractor shall provide all plant, labor, equipment, tools, materials, transportation, supervision, and other items and services necessary to remove existing sheet vinyl and cove base and install new Monoleum sheet flooring and cove base in building 1302 Air Force side kitchen & bathroom areas and building 47 kitchens Honor Guard Dorm at Bolling Air Force Base, Washington, DC. 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. The estimated area for installation at building 1302 is approximately 2,600 square yards of sheet vinyl, approximately 5,500 linear feet for cove base, and 4,500 linear feet of heat welding for a total of 93 kitchens and bathrooms. Estimated area for installation at building 47 is approximately 723 square yards of sheet vinyl, approximately 2,000 linear feet for cove base, and 2,500 linear feet of heat welding. All measurements and quantities are approximate. The contractor is responsible for verifying all quantities and measurements. PRE-INSTALLATION REQUIREMENTS: Before project starts, the contractor shall inspect the worksite 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. Contractor shall provide manufacturer's standard samples and specifications of actual flooring to be installed and recommended adhesives, to include Material Safety Data Sheets (MSDS's). The contractor shall take up and remove the existing sheet vinyl and cove base. Scrape all floors, fill all cracks and low areas, and insure bare floors are flash patched, leveled, and prepared for installation of the following Monoleum sheet vinyl materials: SHEET VINYL: Manufacturer: Forbo, Style: Marmoleum, RealColor: 3032 Mist Grey; COVE BASE: Manufacturer: Roppe, Color: Black, Style: TV 8P 1/8" Vinyl; Size:4"X1/8". All seams are to be heat welded and sealed to the manufactures specifications. Remove and replace, if necessary, all reduced edging from carpet to sheet vinyl as needed. Provide transition strips or protective edges where vinyl meets other flooring material. Provide an additional 10% replacement sheet vinyl to allow for cutting and matching of vinyl pattern repeat. SINGLE SOURCE RESPONSIBILITY: Contractor shall install materials produced by a single manufacturer for all required material, including adhesives. 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. Materials shall be delivered undamaged to the site. All damages incurred during delivery or installation shall be the sole liability of the contractor. Contractor shall comply with instructions and recommendations of manufacturer for special delivery, storage, handling and installation requirements. Contractor shall comply with instructions and recommendations of manufacturer for special delivery, storage, handling and installation requirements. The contractor will be responsible for coordinating services for removing any furniture prior to installation. Existing rubber and installation waste shall be disposed of by the contractor at an off base reclamation site that meets all local, County, State and Federal regulations. CONTRACTOR REQUIREMENTS: The contractor shall provide supervision that is experienced and fully qualified. The supervisor shall maintain direct control and close surveillance of all contract personnel who are performing the installation of all equipment identified in this contract. Supporting documentation of each employee classification/certification used on this contract shall be made available upon request. Work shall be performed by contractor/installers who are CFI (Certified Floor covering Installers) or ICFIA (International Certified Floor covering Installer Association) which meet manufacturer installation specifications. 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 SOLICITAITON. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITION, EITHER BEFORE OR AFTER THE CLOSING DATE. INSPECTION AND ACCEPTANCE TERMS: Contractors' standard inspection procedures shall be used. Delivery of all supplies will be no later than 30 days ADC, at each respective worksite. Upon completion, Inspection/ Acceptance will be at Buildings 47 and 1302, Bolling AFB, Washington DC 20032. Contractor shall offer to the Government the same warranty commonly accepted in similar commercial purchases. All interested contractors are to submit a copy of their quotation by the solicitation due date. Site visit will be conducted on 17 July 2008 at 0900. FAR PROVISIONS INCORPORATED BY REFERENCE: 52.207-1 Notice of Standard Competition, 52.207-2 Notice of Streamlined Competition, 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items, factors are: Technical, Price and Past Performance, 52.215-1 Alt I Instructions to Offerros, Competitive, 52.215-5 Facsimile Proposals, 52.237-1 Site Visit. FAR PROVISIONS INCORPORATED BY FULL TEXT: 52.212-3 Offeror 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. FAR CLAUSES INCORPORATED BY REFERENCE: 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 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, 52.223-3 Hazardous Material Identification and material Safety Data, 52.223-5 Pollution Prevention and Right to Know Information, 52.223-6 Drug-Free Workplace, 52.223-10 Waste Reduction Program, 52.223-11 Ozone Depleting Substances, 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, 52.246-20 Warranty of Services, 52.2247-34 FOB Destination, 52.253-l 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 Hazardous 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, 252.246-7010 Levies on Contract Payments, 252.232-7003 Electronic Submission of Payment Requests, 252.232-7000 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, 52.232-23 Assignment of Claims, 52.252-2 Clauses Incorporated by Reference, 52.252-4 alterations in Contracts, 252.212-7001 Contract Terms and Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 5352.201-9101 Ombudsman, 5352.242-9000 Contractor Access to Air Force installations, 5352.223-9001 Health and Safety on Government Installations. SOLICITATION RESPONSES must be received no later than 4:00 pm Eastern Standard Time 22 July 2008 at 11TH Contracting Squadron/LGCF, 247 MacDill Blvd, Suite 247, Bldg P20, Bolling AFB, DC 20032. Mail, facsimile (202) 767-7896, or e-mail response to shon.johnson@bolling.af.mil. An official authorized to bind your company shall sign the offer. THERE IS A SCHEDULED SITE VISIT FOR BULDINGS 47 AND 1302 ON 17 JULY 2008 BEGINNING PROMPTLY AT 0900. PLEASE CONTACT MS SHON JOHNSON, VIA E-MAIL, IF YOU ARE PLANNING ON ATTENDING, NO LATER THAN NOON ON 16 JULY 2008. The prevailing wage determination is WD 05-2103 (Revision 5) dated 8 May 2008. 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 have a valid registration with in the Central Contractor Registration (CCR). Contractors 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 Ms Shon Johnson, Contract Specialist, Phone (202) 767-8035, FAX (202) 767-7896, e-mail: shon.johnson@bolling.af.mil. Original Point of Contact Shon Johnson, Contract Specialist, Ph 202-767-8035, FAX 202-767-7896; e-mail: shon.johnson@bolling.af.mil Maria Williams, Contracting Officer, Ph 202-767-8103, FAX 202-767-7896, e-mail: maria.williams@bolling.af.mil Current Point of Contact Shon Johnson, Contract Specialist, Ph 202-767-8035, FAX 202-767-7896; e-mail: shon.johnson@bolling.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b18a1f6ef550fe0fecb30b45b8b6c800&tab=core&_cview=1)
 
Place of Performance
Address: Address: Building 47 and Building 1302, Bolling AFB, Washington DC, Bolling AFB, District of Columbia, 20032-0101, United States
Zip Code: 20032-0101
 
Record
SN01609715-W 20080711/080709221212-b18a1f6ef550fe0fecb30b45b8b6c800 (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.