Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOLICITATION NOTICE

S -- Remove and Install Slip-Proof Flooring for Stairwells, Bldg 1302

Notice Date
7/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW, Naval Station Anacostia Annex, Suite 310, Bolling AFB, District of Columbia, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
F1A3B48153AQ02
 
Response Due
7/25/2008 4:00:00 PM
 
Archive Date
7/31/2008
 
Point of Contact
Jerome D Brown,, Phone: 202-767-8100, Maria B Williams,, Phone: 202-767-8103
 
E-Mail Address
jerome.brown3@bolling.af.mil, maria.williams@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Contracting Office Address Department of the Air Force, Direct Reporting Unit – Air Force District of Washington, 11th CONS, 20 MacDill Blvd Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES. 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 Small Business Set-aside. The North American Industry Classification System Code is 238330 at $13 million size standard. LINE ITEMS: 0001: ___________ The contractor shall remove and install approximately 4,500 SF of 24” x 24” Tile flooring and 2,500 LF of Stair Treads in accordance with Statement of Work below. 1. DESCRIPTION OF SERVICES. The contractor shall provide all personnel. Labor, equipment, tools, materials, transportation, supervision, management, and other items and services necessary to install a new rubber stair treads at Building 1302, 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. Work will be performed in the four stairwells and middle of building, elevator floor access steps at building 1302. The estimated area for installation is approximately 4,500 SF of 24” x 24” Tile Flooring and 2,500 LF of Stair Treads. The contractor is responsible for verifying all quantities and measurements. The performance period shall start 30 working days after contract award. Work schedule shall be coordinated with the Quality Assurance Personnel, Mr. Carl Buono, prior to start of work. The contractor shall take up and remove the existing rubber flooring in the designated areas of the building. Ensure bare floors are flash patched, leveled, and prepared for installation of the stair treads/risers and matching rubber tile on all the landings, in all the stairwells and middle of the building stairs for the following tile materials: STAIRWELLS-TILE MANUFACTURER-Johnsonite; STAIR TREADS-COLOR-48 Gray WG; RISERS-SIZE-rounded Solid Color Rubber Tile. MIDDLE STAIR TREADS/RISERS-MANUFACTURER-JOHNSONITE, COLOR 40 BLACK, SIZE-Rounded Solid Color Rubber Tile. Provide an additional 10% replacement tiles to allow for cutting and matching of tile pattern repeat. Provide transition strips or protective edges where tile meets other flooring material. 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. Contractor shall provide manufacture’s standard samples and specification of actual tiles/treads to be installed and recommended adhesives, to include Material Safety Data Sheets (MSDS’S). SINGLE SOURCE RESPONSIBILITY: Contractor shall install materials produced by a single manufacturer for all requirement 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. Material 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. EQUIPMENT AND OFFICE FURNITURE MOVING: The contractor will be responsible for coordinating services for removing any furniture prior to installation.. 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 tile shall be disposed of. The 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. The cost for using these facilities compared with the cost for landfill fees shall be provided to the government for cost comparison. A search for location can be found on line at: http://flooring.dupoint.com/NASApp/dcf/LocationFinderServlet. Tile containing hazardous substances shall be disposed of in accordance with hazardous waste regulations. After removing existing 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. Contractor shall repair minor holes, cracks, depressions, and rough areas using leveling and patching compounds as recommended by the tile manufacturer. INSTALLATION: Installation of tile and stairwell treads 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 requirement procedures. CONTRACTORS 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/installer who is CFI (Certified Flooring covering Installers) or ICFIA (International Certified Floor covering Installer Association) which meet manufacturer installation specifications. THE GOVERNMENT WHALL NOT REIMBURSE RESPONDENTS FOR ANY COST 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. INSPECTION AND ACCEPTANCE TERMS: Contractors’ standard inspection procedures shall be used. Delivery of all supplies will be no alter than 30 days ADC, at each respective worksite. Upon completion/Acceptance will be at Building 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 21 July 2008 at 0930. FAR PROVISIONS INCORPORATED BY REFERENCE: 52.207-1 Notice of Standard competition, 52.207-2 Notice of Streamlined competition, 52.212-1 Instructions of Offerors-commercial Items, 52.215-1 Alt Instructions to Offerors, 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 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 Alternations 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 Preventions 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, 52.247-34 FOB Destination, 52.253-1 Computer Generated Forms, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items, 252.223-7001 Hazardous Warning Labels, 252.225-7001 Buy American Act and Balance of payments Program, 252.225-7001 Qualifying country sources as Subcontractors, 252.232-7003 Electronic Submission of Payments, 252.246-7010 Levies on Contract Payments, 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 Statues 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 Clause Incorporated by Reference, 52.252-4 Alterations in Contracts, 252.212-7001 Contract Terms and Conditions Required to implement Statues or 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. SOLICITATIONS RESPONSES must be received no later than 4:00 pm Eastern Standard time 25 July 2008 at the 11th Contracting Squadron/LGCF, 20 MacDill Blvd, suite 247, Bldg. P20, Bolling AFB, DC 20032. Mail, facsimile (202) 767-7896, or e-mail response to jerome.brown3@bolling.af.mil. An official authorized to bind your company shall sign the offer. THERE IS A SCHEDULED SITE VISIT FOR BUILDING 1302 ON 23 JULY 2008 BEGINNING PROMPTLY AT 0930 HRS. PLEASE CONTACT MR JEROME BROWN, VIA E-MAIL or TELEPHONE, IF YOU ARE PLANNING ON ATTENDING, NO LATER THAN NOON ON 22 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.hil.af.mil. Questions concerning this solicitation should be addressed to Mr. Jerome Brown, Contract Specialist, Phone (202) 767-8100, FAX (202) 767-7896, e-mail: jerome.brown3@bolling.af.mil. Original Point of Contact: Jerome Brown, Contract Specialist, Ph 202 767-8100, FAX 202 767-7896; e-mail: jerome.brown3@bolling.af.mil Maria Williams, Contracting Officer, Ph 202 767-8103, FAX 202 767-8103; e-mail: maria.williams@bolling.af.mil Current Point of Contact: Jerome Brown, Contract Specialist, Ph 202 767-8100, FAX 202 767-7896; e-mail: jerome.brown3@bolling.af.mil PLACE OF PERFORMANCE: Address: Blanchard Barracks, Building 1302, Bolling AFB, Washington DC
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5cc08c2e6b22b4c8e5a810fdcfa49889&tab=core&_cview=1)
 
Place of Performance
Address: Bolling AFB, Washington, District of Columbia, 20032-0305, United States
Zip Code: 20032-0305
 
Record
SN01617694-W 20080720/080718221046-5cc08c2e6b22b4c8e5a810fdcfa49889 (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.