Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2008 FBO #2496
SOLICITATION NOTICE

72 -- Multiple Rooms Carpet Installation

Notice Date
9/24/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bragg, MICC Center-Fort Bragg, Fort Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
W91247-08-T-0433
 
Response Due
9/26/2008
 
Archive Date
3/25/2009
 
Point of Contact
Name: Jennifer Nesbitt, Title: Contract Specialist, Phone: 910 907-4750, Fax: 910 396-5603
 
E-Mail Address
jennifer.nesbitt@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W91247-08-T-0433 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 314110 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-09-26 10:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Warehouse, NC 28310 The USA ACA Ft. Bragg requires the following items, Brand Name or Equal, to the following: LI 001, The contractor shall furnish all labor, materials, equipment, transportation, tools, supervision and any other items necessary to install carpet and vinyl covered base replacement at specified locations, to include removal/disposal of existing carpets and 4 inch vinyl baseboards. Contractor shall access building between the hours of 0730-1700 hrs (7:30 a.m.M-5:00 p.m. EDT) Monday-Friday. Carpet shall be 100% nylon fiber with a unitary backing system, selected from style Scholarship 28 ounce as manufactured by Mohawk. The 1/4 round wood shall be removed and does not require to be replaced. New Carpet shall be installed flat along the wooden baseboards areas. The 4 inch vinyl base coves shall only replace the pre-existing vinyl base coves. All wooden baseboards shall remain in place. Dark Brown (CB47) colored 4 inch vinyl base cove molding shall replace the pre-existing vinyl base coves. Include all offices and hallways areas. Light Grey (CB48) colored 4 inch vinyl base cove molding shall only replace the pre-existing vinyl base coves on 1st, 2nd and 3rd floors where new carpet will be placed. The new carpet shall be brand name or equivalent. The following rooms do not require carpet replaced: 2nd Floor- Rms. 227, 232, 233 and 3rd Floor- Rms. 308, 309, 311 and 319. All doorways /hallways shall have transition strips installed between the new and old carpeted areas. Carpet shall be installed in Bldg 2-1728 (1st floor, 8200 sq.ft.), Bldg 2-1728 (2nd floor-computer section, 2300sq.ft.), Bldg 2-1728 (2nd floor-test area, 6200 sq.ft.), Bldg 2-1728 (3rd floor, 5000 sq.ft.), Bldg 2-1728-(3rd floor-Room 319, 600 sq.ft.), Bldg 2-1728 (Basement area,3100 sq.ft.), and Building R-2261- Left side of building is currently vinyl tile floors, 8 offices and a hallway shall have carpet applied to include dark brown 4 inch vinyl base cove molding. Upstairs open office area currently has concrete slab flooring. Carpet and dark brown 4 inch vinyl base cove molding shall be installed. On the far right side of building there are 2 offices shall have carpet installation to include dark brown 4 inch vinyl base cove molding. Bldg R-2261 (Pope AFB 3900 sq.ft.). PURCHASE REQUEST NUMBER: W91N5W82564001FOB: Destination BRAND NAME/SOLE SOURCE: BN VENDOR: MohawkSTYLE: Style Scholarship 28 ounce or betterCOLOR: #879 SLATE BROWN VINYL BASE COVE COLOR: #CB47 Dark Brown #CB48 Light Grey, 1, EA; For this solicitation, USA ACA Ft. Bragg intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Bragg is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payments Request and Receiving Reports. Desired Delivery: 45 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. New equipment only. No remanufactured or used products. No "grey market" items. F.O.B Destination CONUS (CONtinental US). Bid must be valid for 30 days. Vendors must submit the representations and certifications, upon request, through the Online Representations And Certifications site http://orca.bpn.gov In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DOD contractors to submit and track invoices and receipt/acceptance documents electronically. The WAWF website is located at https://wawf.eb.mil and there is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF, Training External Link, Vendor Getting Started Guide. Contractors may also obtain assistance by contacting the WAWF Customer Support (Help Desk) at toll free- 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL SITE VISIT: A site visit is scheduled for Tuesday, September 23, 2008 at 10:00 a.m. EDT. Quoters are urged and expected to inspect the site where the work will be performed. All participants are to meet at Mission and Installation Contracting Command Center, Building 2-1105 Macomb Street Stack C, Fort Bragg, NC 28310. Site participant form must be faxed to (910) 396-5603; ATTN: Ms. Jennifer Nesbitt no later than 3:00 p.m. EDT Monday, September 22, 2008. The Government point of contact for this action is Ms. Jennifer Nesbitt, Contract Specialist, (910) 907-4750; e-mail: jennifer.nesbitt@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5cc2e7884cd6789c97e637799086f0cc&tab=core&_cview=1)
 
Place of Performance
Address: Warehouse, NC 28310<br />
Zip Code: 28310-5000<br />
 
Record
SN01680411-W 20080926/080924222612-5cc2e7884cd6789c97e637799086f0cc (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.