Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOLICITATION NOTICE

Z -- Repair Carpet Facility 141, Charleston, WV. This project is currently unfunded and may/may not be awarded based on availability of funds.

Notice Date
8/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 130 AW/LGC, WEST VIRGINIA AIR NATIONAL GUARD, 130 AW/LGC, West Virginia Air National Guard, 1679 Coonskin Drive, Unit 36, Charleston, WV 25311-5010
 
ZIP Code
25311-5010
 
Solicitation Number
W912L808R0014
 
Response Due
8/26/2008
 
Archive Date
10/25/2008
 
Point of Contact
Tina Kubik, (304) 341-6292<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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 solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is set aside for small businesses. The solicitation (W912L8-08-R-0014) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, effective June 12, 2008. NAICS is 238330. The project magnitude is between $25,000 and $100,000. Demolition (1) The contractor shall provide all necessary personnel, equipment, and materials required to repair carpet. All work performed shall be conducted in accordance with all applicable state and federal laws and regulations. This project will require the Contractors personnel to enter and work in certain areas of the base that are secured areas. Access to these areas shall be coordinated between the contractor and facility managers through the Base Civil Engineers Representative. Contract personnel shall be issued a visitor badge upon entry to base. These badges will be issued daily and must be returned to the Guard gate at the end of each day. Normal business hours are 7:30am to 4:30pm, M-F. Daily removal of debris shall be accomplished at the end of each work day. The contractor shall contact the Base Fire Department to receive a burning and/or welding permit prior to starting any operations that produce a spark or flame. Smokin is not permitted in any facility on base; smoking is permitted only in designated smoking areas. The work includes but is not limited to the following: demolish and dispose of existing carpet and carpet adhesive materials in rooms 1010, 1020, 1021, 1022, 1023, 1024, and 1026 of Bldg 141. An estimated total area of 3,358 sq ft. Removal shall be by mechanical and or chemical methods as required and approved by the replacement floor covering manufacturer. If chemical methods are used, they must be non-fume producing and approved by the base Fire Department. The contractor is responsible for providing adequate ventilation to the work area. All areas shall be prepared to receive new floor coverings per the manufacturers specifications. Demolished debris shall be disposed of by the contractor at a location off of the ANG properties. The contractor assumes all liabilities for disposal in accordance with federal, state, and local regulations. (2) The contractor chall remove and dispose of the existing vinyl cove base in all rooms affected by this project as depicted on the project drawing. Removal methods shall be as noted above and in the same manner as the carper. An estimated total of 578 Ln Ft. B. Preparations (1) The contractor shall remove, mark, store, and reinstall all traditional and component systems furniture currently located in the various offices. Location for storage shall be provided in the general area of the work. It is recommended that the contractor utilize the local Herman Miller representative for the component systems furniture portion of this contract. If interested, please email the Contracting Officer for the Statement of Work & drawings: tina.kubik@wvchar.ang.af.mil. There will be a site visit held on 19 Aug 08 at 10:00am. Due date for proposals is 26 Aug at 10:00am. All work must be accomplished within 59 days of receipt of awared. Bonds are required within 10 days. Submittlas required within 10 days along with Material Safety Data sheets. Award will be made based on the lowest, technically acceptable offer received. Requests for drawings and the SOW must be made in writing, via email. Offers may be emailed but contractor is responsible for getting a receipt/email confirmation that the offer has been received. Contact the Contracting Officer for any other information pertaining to this posting, in writing, via email to tina.kubik@wvchar.ang.af.mil. The materials will be quoted brand name or equal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1d032076806a329f76458728571c9a48&tab=core&_cview=1)
 
Place of Performance
Address: 130 AW/LGC West Virginia Air National Guard, 1679 Coonskin Drive, Unit 36 Charleston WV<br />
Zip Code: 25311-5010<br />
 
Record
SN01635223-W 20080810/080808222416-1d032076806a329f76458728571c9a48 (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.