Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

99 -- Replace Carpet Floor in Bldg 7357, Training Group

Notice Date
7/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-08-T-C402
 
Response Due
8/11/2008
 
Archive Date
8/26/2008
 
Point of Contact
Mary Ann Martinez,, Phone: 210-671-1725, Chiretta Y. Boclair,, Phone: 210-671-1721
 
E-Mail Address
maryann.martinez@lackland.af.mil, chiretta.boclair@lackland.af.mil
 
Small Business Set-Aside
Emerging Small Business
 
Description
Description(s): This is a combined synopsis/solicitation announcement for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only notice of this request; quotes are being requested. No other solicitation will not be issued. This procurement is being solicited 100% Emerging Small Business basis. This solicitation, FA3047-08-T-C402, is being issued as a Request for Quotation (RFQ) for: LINE ITEM, DESCRIPTION, UNIT OF ISSUE, QUANTITY, UNIT PRICE, and TOTAL COST. 0001: Mobilize and Demobilize, 0002: Remove existing cover base & vinyl raised stair treads to both stair wells one side all the way to the basement, 0003: Prepare wood floor, treat and clean any mildew, 0004: Purchase and install vinyl composite tile (VCT), 0005: Purchase and install cove base; install transition strips as required; reinstall door stops, 0006: Purchase and install aluminum non-skid stair treads per manufacturer's instructions for both stair wells - one stair well all the way to the basement. A Site visit will be available on 06 August 2008 for any interested parties. All interested parties need to supply a list of names for the individuals wishing to attend in accordance with FAR 52.237-1. The evaluation process will be based on the following: lowest price technically acceptable offeror. STATEMENT OF WORK 1. SCOPE OF WORK. The contractor shall provide all personnel, equipment, tools, materials, supplies, labor, supervision and other items and services necessary to replace floor covering, vinyl rubber base and aluminum non-skid stair treads in building 7357 at, Lackland AFB,TX as set forth in this Statement of Work. The government will perform inspections of contractor work. Authorized personnel from 37 CES/CEOE Maintenance Engineering will perform acceptance of all work. 2. SPECIFIC TASKS. The contractor shall provide and install new underlayment and vinyl composite tile. The contractor shall prepare existing floor for the installation of new floor to include (vinyl composite tiles, rubber cove base, and aluminum stair treads, transition strips if required, remove and replace door stops if required) in all rooms, hallways, and lounge areas. Contractor shall prepare the existing wood or plywood floors by installing new underlayment on floor and prepare all seams to accept VCT. Float out any indifferences in floor heights or separations of underlayment. Floor recently had carpet tiles removed and appears to be unacceptable for new VCT. Underlayment material should meet commercial manufacture recommendations for application of the specified VCT (AZROCK VCT Part # V-824). Contractor shall coordinate with the building occupants to remove raised rubber radial stair treads from existing interior stair well and replace with an extruded aluminum stair thread that completely covers the existing interior stair tread. Contractor shall clean all mildew stains before installing new floor covering. Building 7357 is an occupied two-story facility. There are 28 individual dormitory rooms, 2 day room lounges, 4 janitor closets and two sets of interior stairs with one set of stairs that go down to the basement. There are approximately 48 interior stairs to install aluminum stair treads with a non-skid aggregate incorporated in the tread. Please note that if lockers can be moved they will need to be lifted and moved and VCT installed and the lockers reinstalled, this will need to be coordinated with the building occupants for moving of the lockers. The contractor shall be responsible for all measurements and quantities and shall measure, furnish, and install all flooring materials. (i.e. adhesive, stair treads, floor preparation materials, vinyl rubber base, vct tiles, expansion strips, transition strips, reinstall door stops, and etc. for a complete job. All flooring installation shall be accomplished in accordance with industry standards using commercial grade Azrock vinyl composite tile, part number V-824 color name "Sesame" and size 12"X12" gauge 1/8". Must meet government standards. Floor surfaces and stairs must be properly prepared to accept tile and stair tread products in accordance to material manufacture recommendations and procedures. Contractor shall install approximately 10,000 square feet of floor tile and 2000 linear feet of cove base. The contractor shall install all floor covering materials in all the rooms and be required to coordinate with the users to work one wing of the building at a time. Please note that all existing carpet and vinyl has been removed. Contractor may need to remove minor pieces of existing floor underlayment to properly prep surfaces. Furniture moving may be a requirement for the contractor, but for the most part the occupants will move their belongings and room furniture. The government occupants of the facility will move furniture and items in rooms before and after floor installation, one room or floor at a time. Contact Mr. Jim Hageman 761-0028 if more students are required to remove and reinstall room items. Additional students may be required to keep the pace of the work schedule. Contractor shall install all flooring materials to all mentioned areas until work is complete, and within a 60 day performance period. All Contractors should request a site visit to be coordinated with Mr. Michael J. Scoville 37 CES/CEOE at 671-9698. 3. HAZARDOUS AND/OR TOXIC MATERIALS. A hazardous material (HAZMAT) is one that poses a risk to the health and safety of the public, and/or the environment if not properly controlled during the handling, storage, manufacture, processing, packaging, use, disposal, or transportation. Hazardous materials may be elements or compounds, and can be found as gases, solids, liquids, or a hazardous material (HAZMAT) is one that poses a risk to the health and safety of the public, and/or the environment. Hazardous chemical are defined under Sec. 1910.1200(c) of Title 29 of the Code of Federal Regulations. 3.1. Contract shall identify and report HAZMAT usage to the HAZMAT Pharmacy according to local procedures. All HAZMAT brought to the job site shall require the contractor to fill out an AF Form 3952 for each item for submission to the Hazardous Material Pharmacy. Additionally the contractor is required to submit Material Safety Data Sheets (MSDS) as directed by the clause entitled Hazardous Material Identification and Material Safety Data (FAR 52.223-3). The Contractor shall submit a monthly actual usage report of all hazardous/toxic materials brought onto the base during the preceding month to the HAZMAT Pharmacy (IAW AFI 32-7086, Hazardous Material Management). The phone for the Lackland AFB Hazardous Material Pharmacy is 671-5389/0332 for more information. 4. SECURITY AND CLEAN UP. The contractor shall remove all debris generated as a result of this service from the job site at the end of day. Additionally be responsible for securing each exterior opening that has not been completed. (Coordinate with 37CES/CEOE, Mr. Michael Scoville 671-9698. 5. HOURS OF WORK. Normal duty hours are from 7:00 Am to 4:15 PM, Monday thru Friday, except on government holidays. 6. CLEAN-UP. All contractor generated refuse and waste shall be hauled off and disposed of at an off base landfill site, by the contractor. The award will be based on the aggregate total. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and Department of Defense Federal Acquisition Circular (DFAC) 20080513. This procurement is being solicited 100% Emerging Small Business basis. The NAICS code is 238330 and the small business size standard is $13 million. FOB: Destination for delivery to, LACKLAND AFB, TX 78236. The provisions at: FAR 52.212-1, Instructions to Offeror's--Commercial Items. Please include Cage Code, DUNS, Tax Identification Number, The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.211-17, Delivery of Excess Quantities; FAR 52.219-6, FAR 52.233-3, Protest after Award; FAR 52.252-2, Clauses Incorporated by Reference. FAR 52.252-6 Authorized Deviations in Clauses. The clause at 252.246-7000; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV). Specifically, the following clauses cited and applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.22-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.22-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Vietnam Era. The clause at FAR 52-222-41, Service Contract Act (full Text). The clause at FAR 52.247-34; FOB Destination Shipping. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFAR 525.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 525.225-7001 (DEV). Buy American Act and Balance of Payment Program; FAR 252.232-7003, Electronic Submission of Payment Request. The Lackland AFB clause at Lackland 0007; Addendum to FAR 52.212-4 in regards to administrative changes. Lackland AFB will provide point of contact and payment information as part of the award document. The Government reserves the right to award on a multiple award or an all or none basis. All quotes must be sent to Mary Ann Martinez at fax number (210) 671-3360 or e-mail to maryann.martinez@lackland.af.mil no later than 12:00 P.M CST. 11 August 2008. If you have any question please feel free to contract Mary Ann Martinez at 210 671-1725 or e-mail maryann.martinez@lackland.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=240144cf1f4e58975d0e95a78194573f&tab=core&_cview=1)
 
Place of Performance
Address: 37 TRSS/MTFT Training Group Building 7357, Lackland Air Force Base, 78236, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN01626504-W 20080801/080730221002-240144cf1f4e58975d0e95a78194573f (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.