Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

Z -- Flooring Carpet Removal/Replacement & Ceramic Tile Install

Notice Date
9/18/2008
 
Notice Type
Modification/Amendment
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2V3F9CARPET
 
Response Due
9/22/2008 3:00:00 PM
 
Archive Date
10/7/2008
 
Point of Contact
Julie A Corchado,, Phone: 813-828-4254, Daniel E. Abert,, Phone: 8138281037
 
E-Mail Address
julie.corchado@us.af.mil, daniel.abert@macdill.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This modification/ammendment serves to provide additional project specifications and to post vendor questions from the site visit PERFORMED 17 Sep 2008. (NOTE: All suggested colors, texture, etc. can be OR EQUALS/EQUIVALENT TO). Changes/Additions: Requirement #1 (Bldg 535) Section 1.5 Installation Add: Cove base: Field cut tile from tile used in floor tile. Schluter transition required for tile transition points. Johnsonite transition CCA-XX for carpet to ceramic transition points. Section 1.7 Material Specification: Porcealto porcelain tile bianco alpi CD05 (unpolished). Custom Building Products Grout #382 Bone Requirement #2 (Bldg 71) Section 1.7, Material Specification or Equal Add/correct line below; From: The cove base shall present a finished look where the top makes contact with wall and transitions at doors and hallway. To: The cove base shall be vinyl 1/8" gauge, 4" X 4' and present a finished look where the top makes contract with wall and transitions at doors and hallway.(Color: Johnsonite Blue Lagoon) Carpet Specifications Color: (Shaw contract group, 59343, Connect EW 24) Tufted Weight: 25.0 oz/yd, squared Guage: 1/10 Stitches per inch: 10.0 Finish pile thickness:.153 inches Average density: 5,812 oz/yd, squared Product size: 24X24 inch Flooring radiant panel (ASATM E 648) Class 1 Smoke Density: (ASTM E 662) less than 450. Static control: (AATCC / 34) less than 3.5 kv, built in permanent conductive fiber. *Transition: Johnsonite T-Track w/vinyl inserts CHANGE TO "Glue type transitions." (Carpet to tile transitions: Johnsonite CCA-XX) (Stairwell stair tread; Johnsonite 3A 92 Blue Lagoon) <u>Q&A's from the 17 Sep site visit:</u> Requirement #1 (Bldg 535) Q: What are the tile specifications? A: (not provided during site visit, see above ammendment to specs) Q: What type of transition material is required for the tile area's? A: Schluter Q: What are the tile cove base specifications? A: Cove base: Field cut tile from tile used in floor tile. Schluter transition required for tile transition points. Q: What type of transitions are required? A: Carpet to tile transitions: Johnsonite CCA-XX Requirement #2 (Bldg 71) Q: There is a open staircase in Bldg. 71 that requires rubber or vinyl covering. What is required:? A: Rubber type; Johnsonite 3A 92 Blue lagoon Q: What are the carpet tile specifications? A: Carpet Specifications-- Color: (Shaw contract group, 59343, Connect EW 24) Tufted Weight: 25.0 oz/yd, squared Gauge: 1/10 Stitches per inch: 10.0 Finish pile thickness:.153 inches Average density: 5,812 oz/yd, squared Product size: 24X24 inch Flooring radiant panel (ASATM E 648) Class 1 Smoke Density: (ASTM E 662) less than 450. Static control: (AATCC / 34) less than 3.5 kv, built in permanent conductive fiber. Q: What are the carpet cove base specifications? A: The cove base shall be vinyl 1/8" gauge, 4" X 4' and present a finished look where the top makes contract with wall and transitions at doors and hallway.(Color: Johnsonite Blue Lagoon) Q: What type of transitions are required? A: Transition: Johnsonite T-Track w/vinyl inserts CHANGE TO "Glue type transitions." //////END 18 SEP 08 MODIFICATION/AMMENDMENT////// Response date has been modified/ammended and extended until 3:00 p.m. (EST) 22 September 2008. Additional requirement description changes will follow today's site visit in the form of another modification/ammendment. *****PLEASE SUBMIT INTENT TO PARTICIPATE IN SITE VISIT BY 12 NOON E.S.T ON 16 SEP 08. Site visit will be held on Wednesday, 17 September 2008, from 9:00 to 11:30 am. Please contact Dan Abert at 813-828-1037 to set up an appointment. 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 (F2V3F9CARPET) is being issued as a Request for Proposal, and is subject to availability of funds. There are two separate requirements listed below; please separate proposals for the two projects. Both requirements are set-aside 100% for Small Business. The requirement descriptions are as follows: Requirement #1: Contractor shall furnish all labor, tools, equipment, material, and transportation to remove carpet and replace with ceramic tile in Building 535 with the following specifications: 1.0. Remove Existing Carpet and Install 12" x 12" Porcelain Ceramic Tiles in hallways. Remove/Replace 561 SF of Ceramic tiles at both entrance to facility. NOTE: Contractor shall visit job site. The Contractor shall remove approximately 601 SF of carpet, prepare floor to receive approximately 1,085 SF of 12" x 12" porcelain tile and ceramic wall base, and install transitions where required. 1.2 Scheduling work: Facility and equipment shall be protected during project, and will remain operation. Duty hour's are 0700-1600, Monday-Friday (optional). 1.3. Furniture Moving: Contractor shall be responsible for the removal/lifting of all furniture (Approximately 100 SY.) 1.4. Demolition: Demo approximately 1,191 square feet of glue down carpet Demo approximately 250 lineal feet of 1/8" x 4" x 4' covebase During the demolition process the contractor shall cut and patch to match existing construction 1.5. Installation: The contractor shall install approximately 1191 square feet of 12" x 12" Porcelain tile w/approximately 250 LF matching wall base, and transition strips where required. (Selections by the customer). The contractor shall insure the floor is prepared to receive the new ceramic tiles. After tile is laid, it should present a smooth (level) finish. Wall base shall present a finished look where top makes contact with wall and transitions at doors and hallway All door transitions shall be installed not to obstruct door operation 1.6. Cleaning and Disposal: The contractor is responsible to remove and dispose of all building Material (debris) of MacDill AFB. 1.7. Material specification - or equal *5/16" x 12" x 12" Porcelain Tile: Dal Porcealto w/matching wall base *Transition: Johnsonite T-Track w/vinyl inserts Requirement #2: Contractor shall furnish all labor, tools, equipment, material, and transportation to remove carpet and theater and office style furniture and replace existing furniture after completion of installation of new carpet tiles is complete in Building 71 with the following specifications: 1.0. Remove Existing Carpet and install Carpet Tiles throughout facility. NOTE: Contractor shall visit job site. 1.2 Scheduling work: Facility and equipment shall be protected during project, and will remain operation. Duty hours are 0700-1600, Monday-Friday (optional). 1.3. Furniture Moving: Contractor shall be responsible for the removal and reinstallation/lifting of all furniture 5 rows of theater chairs, 12 chairs per row. 1.4. Demolition: Demo approximately 800 square yards of glue down carpet Demo approximately 1920 linear feet of 1/8" x 4" x 4' cove base 15 EA. 4' Aluminum Stair Nosing During the demolition process the contractor shall cut and patch to match existing construction 1.5. Installation: The Contractor shall remove approximately 800 SY existing carpet, prepare floor to receive 800 SY of Carpet Tiles, 1,920 LF of 1/8" x 4" x 4" rubber cove base, 15 ea 4' stair nosing, and approximately 50 LF carpet finish transitions. The contractor shall remove and reinstall theatre seating, and 800 SY of furniture moving. (Color Selections by the customer). The contractor shall insure the floor is prepared to receive the new Carpet tiles. After tile is laid, it should present a smooth (level) finish. The cove base shall present a finished look where the top makes contact with wall and transitions at doors and hallway All door transitions shall be installed not to obstruct door operation 1.6. Cleaning and Disposal: The contractor is responsible to remove and dispose of all building Material (debris) off MacDill AFB. 1.7. A.C.M. is confined to the linoleum at the front and rear entrance areas of the facility. The contractor shall not disturb that portion of the facility. 1.7. Material specification - or equal *2' x 2' Carpet Tile Nylon Texture Loop *1/8" x 4" x 4' Johnsonite Commercial Cove base *Transition: Johnsonite T-Track w/vinyl inserts All offers shall include pricing for each CLIN as necessary. Quote shall be valid until 30 Sep 2008. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, effective 12 Jun 2008, DFAR DCN 20080513, and AFFAR AFAC 2008-0605 effective 5 Jun 2008. The North American Industry Classification System code (NAICS) is 238330 with a size standard of $13 M. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be responsive to the Request for Proposal. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hill.af.mil or ): FAR 52.204-7, Central Contractor Registration, FAR 52.212-1, Instructions To Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered, unless already listed in the ORCA database.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Dev), within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.213-2 Invoices; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965; FAR 52.252-2, Clauses Incorporated by Reference. A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004(Alt), Required Central Contractor Registration. The following Defense FAR Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Requests, 252.247-7024, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). The offeror shall provide its DUNS, or if applicable it's DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. Responses are due by 22 Sep 2008, 3:00 p.m. Eastern Standard Time. Offers shall be accepted via email Julie.corchado@us.af.mil or Daniel.Abert@us.af.mil or fax (813)828-1091. All offers shall include the solicitation number, company name, address, phone and fax numbers, point of contact, CAGE code, DUNS Number, and Federal Tax ID Number. It is the sole responsibility of the contractor to ensure the Government receives the proposal prior to the date/time specified in this announcement. TO AVOID A BONA FIDE NEED VIOLATION, PERFORMANCE MUST BEGIN BEFORE 30 SEPTEMBER 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e3bd20e56f17fc0c015d2c33dd9513e0&tab=core&_cview=1)
 
Place of Performance
Address: HQ MARCENT, 7115 S Boundary Blvd, MacDill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01675107-W 20080920/080918223217-e3bd20e56f17fc0c015d2c33dd9513e0 (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.