Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2009 FBO #2607
SOLICITATION NOTICE

Z -- Repair Carpet Blgd 1850

Notice Date
1/13/2009
 
Notice Type
Presolicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 439 CONF/LGC, 250 Airlift Drive, Westover ARB, Chicopee, Massachusetts, 01022-1507, United States
 
ZIP Code
01022-1507
 
Solicitation Number
YTPM090031
 
Response Due
1/21/2009
 
Point of Contact
Daniel J McCarthy,, Phone: 4135573110, Kimberly Y Spencer-Sutton,, Phone: 4135572603
 
E-Mail Address
danielj.mccarthy@westover.af.mil, kimberly.spencersutton@westover.af.mil
 
Small Business Set-Aside
N/A
 
Description
REPAIR CARPET, BUILDING 1850 1. GENERAL 1.1 The work covered by this contract, consists of, but not limited to, the furnishing of all plant, labor, equipment devices, tools, materials, transportation, services, supervision, and all miscellaneous requirements to perform all operations in conjunction with the effort to accomplish the work identified below. All work shall be done in conformance with applicable Federal, State and Local codes, attached drawing (s) and referenced Air Force carpet standards and specifications. 1.2 The project site is within the Wing Headquarters, Building 1850, located at Westover Air Reserve Base, Chicopee, Massachusetts. The one-story building is located at the corner of Eagle Drive and Patriot Avenue. The building and the spaces where work is to take place are occupied which will necessitate phasing of the work as described herein. Close coordination and scheduling with the building occupants through the Contracting Officer will be required and necessary to accomplish the work in a manner that will cause minimal disruption of ongoing operations. 2. INSTALLER QUALIFICATIONS 2.1 All work shall be performed by Contractors and Installers who are Certified Floorcovering Installers (CFI) in accordance with the qualifications established by the International Certified Floorcovering Installer Association. Foremen on the jobsite must be Certified C-II minimum. 2.2. In lieu of the above certifications, the installers must be listed by the carpet manufacturer as an approved installer. 3. SCOPE OF WORK 3.1 GENERAL 3.1.1 The work consists of the removal and recycling of existing broadloom carpeting, carpet and vinyl wall base, proper preparation of concrete floor and gypsum drywall surfaces and the furnishing and installation of new modular carpet tile, broadloom border carpet and broadloom wall base. The Contractor will be responsible for the delivery of all materials to the work areas as needed and as the work progresses. There is no material storage capacity at the job site. The work will also involve the moving of certain existing furniture and its contents to a temporary adjacent location within the facility to allow carpet removal and replacement and re-installing some of the existing furniture to remain to its original location as described below. 3.2 TEMPORARY PROTECTION 3.2.1 The Contractor shall protect all workmen, civilian and military personnel and the general public from injury. The Contractor shall coordinate and schedule all work with the Contracting Officer. 3.2.2 The Contractor shall conduct all work so as to cause the least interference possible with the normal activities of the operations of the airfield and surrounding areas. 3.3. SECURITY 3.3.1 All project work and conduct of construction activity must comply with all Base security regulations and policies. 3.3.2 Prior to any workers arriving at the site, the Contractor shall prepare and submit a letter requesting Identification Badges for all employees. Identifications Badges are to be obtained by submitting a letter to the Contracting Officer with the names of all the Contractor's employees including subcontractor personnel requiring badges. This listing shall show the project name and YTPM number, contract number, the full name, address, and social security number of all employees, and the Contractor's full address and telephone number. Badges shall be worn and be visible at all times while on the Base. 3.3.3 The Contractor shall be responsible for the return of all Identification Badges to the Contracting Officer after completion of the project. Final payment will not be made until all badges are returned. 3.3.4 The Contractor shall enter the project site only at a location approved by the Contracting Officer. Restrict all activities and movement of workers, supplies, and equipment to the designated project area and haul routes. 3.3.5 The Contractor shall not allow cameras on the project site nor photographs to be taken without written permission of the Contracting Officer. 4. PRODUCTS 4.1 The Contractor shall provide all carpet materials, adhesives, seam sealers, tools and miscellaneous materials and equipment as recommended by the carpet manufacturer. 4.2 Carpet shall be first quality, free of visual blemishes, streaks, poorly dyed areas, fuzzing of pile yarn, spots or stains, and other physical and manufacturing defects. Carpet materials and treatments shall be reasonably non-allergenic and free of other recognized health hazards. All grade carpets shall have a static control construction, which gives adequate durability and performance. Carpet shall bear the Carpet and Rug Institute (CRI) Indoor Air Quality (IAQ) Label. Carpet type bearing the label will indicate that carpet has been tested and meets the criteria of the CRI Green Label Requirements for Indoor Air Quality Test Criteria. 4.3 The following pre-selected product data is based on that manufactured by Bentley Prince Street, City of Industry, CA 91746 to establish the standard of quality and performance characteristics. Products of other manufacturers of equal properties, matching colors, patterns and textures will be considered for acceptance. 4.3.1 Field Carpet and Wall Base (Type A and A1 on Drawing 2A): Manufactured by Bentley Prince Street Collection Name: Functional Expression Style Name: Industrial Society Style Number: 8IB300630R Color: Formative 880233 See attached product specification sheet. Field carpet to be modular tile with NexStep Cushion Tile Backing. Wall base to be the same carpet in broadloom, no backing, cut to 6-inch height with top edge bound. 4.3.2 Border Carpet and Wall Base (Type B and B1 on Drawing 2A, Rooms AW/CC. AW/CV and AW Conference Room only): Manufactured by Bentley Prince Street Style Name: New Stratford Style Number: 8NS3406323 Color: Overcast 880346 See attached product specification sheet. Border carpet to be 12-inch width cut from broadloom with Prestige Plus Cushion Backing. Wall base to be 6-inch height cut from the same broadloom carpet, no backing, with top edge bound. 4.3.3 Adhesive: Manufactured by Bentley Prince Street NexStep 2300 Ultra Green Plus Tile Adhesive, see attached product specification sheet. 5. WORK AREAS AND WORK PHASING PLAN 5.1 The areas to receive new carpet will include the Safety Office, Wing Command Center, Public Affairs and partial Corridor and Lobbies as shown on the attached drawing, sheet 1A. For the schedule of the field, border and wall base carpet types, installation locations of each and the approximate quantities see attached drawing, sheet 2A. The Contractor is responsible for determining and furnishing necessary quantities of each product required. 5.2 The work shall be performed in four Phases as described below. The four phases may be subject to minor changes which will be predicated by changes in materials and furniture schedules and/or speed of the preceding work phase accomplished. 5.2.1 Phase 1 - Public Affairs. This office area has existing systems furniture which will require to be moved aside or raised up while the work is being performed in this area. The systems furniture will have to be moved back to its original location after the new carpet is installed. This phase will also include the corridor immediately adjacent to the Public Affairs office and the west lobby (see attached drawing 1A). Public Affairs staff will temporarily relocate into the Safety Office while the work is being accomplished. 5.2.2 Phase 2 - Wing Command Center. The government will remove certain furniture items from the area and the occupants will be temporarily relocated to the Safety Office. The Contractor will then perform the carpet replacement by re-arranging the remaining furniture within the space while the work is being accomplished. This Phase shall also include a portion of the Corridor and the east Lobby, which contains minimal furniture that will have to be moved and placed back after the work is complete. Amount of remaining furniture will be minimal due to the fact that these offices will receive new furniture which will be installed by others. 5.2.3 Phase 3 - Safety Office. Any existing furniture remaining in the Safety Office will be removed by the Government and the area will be clear for the installers to perform their work. The Contractor will not be required to move any furniture for this area. 5.2.4 Phase 4 - Commander/Vice-Commander Office. Installers will be notified by the Government for the date of the carpet installation for these two offices. There is a possibility that this phase can be carried out concurrently with Phase 2 depending on the Commander's personal schedule. After the work is complete, installer to replace the remaining furniture into these two offices. Amount of remaining furniture will be minimal due to the fact that these offices will receive new furniture which will be installed by others. 5.3 Each Phase must be completed and accepted as substantially complete prior to commencing the subsequent Phase. 5.4 The existing furniture to remain may be temporarily stacked or stored in the corridors and lobbies provided free passage and fire access is not obstructed while this work is being accomplished. 5.5 A portion of Room 1044, Conference/Training/Welcome Center, may be made available for temporary furniture storage if and as necessary. 6. PROJECT SCHEDULING AND PERIOD OF PERFORMANCE 6.1 Scheduling of the work must be coordinated with the facility's occupants through the Contracting Officer. Work schedules shall be arranged to allow for the government to complete vacating personnel and furniture as described in Paragraph 5.2 for each Phase and as follows. 6.1.1 The Contractor is to provide a minimum of 14 days advanced notice of the commencement of the installation to allow the government to relocate personnel to allow work in the Phase 1 area. 6.1.2 Upon the completion of the Phase 1 work, the Contractor shall allow two workdays for the government to relocate personnel to allow work in the Phase 2 area. 6.1.3 Upon the completion of the Phase 2 work, the Contractor shall allow three workdays for the government to relocate personnel and remove furniture from the Phase 3 area. 6.1.4 The Contractor shall allow two workdays for the government to vacate and selectively remove furnishings from the Phase 4 area prior to the mutually agreed date to commence the work in this area. 6.2 Each Phase area of work may require to be subdivided into smaller sections to allow the Contractor to relocate furniture to remain within the overall work area included in that particular work Phase. Prior to commencement of the work, the Contractor shall submit for approval a proposed schedule indicating the final sequence and duration of each step of the carpet replacement. 6.3 All work is to be completed within 75 calendar days from the Notice to Proceed. This Period of Performance is inclusive of material procurement and delivery, phasing and scheduling as described above. 7. CARPET REMOVAL AND DISPOSAL 7.1 In accordance with EPA guidelines to reduce landfilling, all carpet and padding removed shall be collected in a dumpster and sent to a reclamation center for proper recycling. Installer to make arrangements with the new carpet manufacturer's Reentry Reclamation Center, 888-733-6873, for pick up. Approximate quantity of carpet to be removed is 919 sq yd (4,503 lbs). Reclamation costs and fees, shall be the responsibility of the Contractor. The Contractor shall submit a landfill-diversion certificate of compliance to the Government after the work is complete. 8. INSTALLATION 8.1 For warranties to be valid, install all carpet in accordance with installation guidelines set forth by the manufacturer and/or the minimum guidelines set forth in CRI 104-2002, Standard for Installation Specification of Commercial Carpet, and Engineering Technical Letter ETL 07-4, Air Force Carpet Standard. 8.2 Carpet shall not be installed on surfaces that are unsuitable and will prevent a proper installation. Holes, cracks, depressions, or rough areas shall be repaired using material recommended by the carpet or adhesive manufacturer. Floor shall be free of any foreign materials vacuumed and swept clean. Concrete slab shall be tested for moisture content and excessive alkalinity in accordance with CRI 104. Apply an appropriate slab primer to the clean concrete subfloor according to the manufacturer's directions prior to final carpet installation. 8.3 Floor Carpet. The field carpet type to be used in all office areas is carpet tile. The new carpet borders in the office of the Commander, Vice-commander, and Conference Room will be 12-inch wide broadloom. New carpet shall be installed direct glue down, and shall be smooth, uniform, and secure, with a minimum of seams. Seams shall be regular, unnoticeable, and treated with a seam adhesive. Cutouts, as at door jambs, columns, and ducts shall be neatly cut and fitted securely. Seams at doorways shall be located parallel to and centered directly under doors. Seams shall not be made perpendicular to doors or at pivot points. Seams at changes in directions of corridors shall follow the wall line parallel to the carpet direction. Modular tiles shall be laid in a monolithic pattern (same direction) as recommended by the manufacturer. Tiles shall be snugly jointed together. 8.4 Base. Carpet wall base will be broadloom and shall match the adjacent floor carpet. New carpet wall base shall be 6-inch high, edge-stitched with color-matching material. Stitching material and color must be pre-approved by the Government. Wall base at corners shall be pre-molded with wings not less than 2 inches long. 8.5 Adhesives and Concrete Primer. Adhesives, seam sealer, and concrete primers shall comply with applicable regulations regarding toxic and hazardous materials. Government will provide the carpet adhesive recommended by the carpet manufacturer. Installers to follow manufacturer's application guidelines. Provide waterproof, nonflammable and non-staining concrete primer/seam sealer for carpet installation with zero VOC (Volatile Organic Compounds). Do not use sealants that contain 1, 1, 1-trichloroethane or toluene. Primer and adhesives flashpoint shall be a minimum of 140 degrees Fahrenheit in accordance with ASTM D3278. 8.6 Air Ventilation. For good indoor air quality, provide adequate ventilation and air exchange during installation and for 48 to 72 hours thereafter to dissipate new installation odors. 8.7 Cleaning. Immediately after completing installation, remove debris, scraps, and other foreign matter. Soiled spots and adhesives shall be removed from the face of the carpet with appropriate spot remover. Protruding face yarn shall be cut-off and removed. Vacuum carpet clean with a high efficiency particulate air (HEPA) filtration vacuum cleaner. 8.8 Remnants. Non-retained scraps shall be removed from site and recycled appropriately along with the removed existing carpet. 8.9 Overstock. Provide 5% extra material of each type, color and size. Deliver excess carpet, useable remnants and overstock to the on-Base storage location. 8.10 Hazardous Materials. There are no known existing material hazards associated with the work. During any time during the performance of the work should there be an unforeseen encounter of asbestos, lead paint or any suspected regulated material, the Contractor shall immediately take prudent precautionary measures and immediately notify the Contracting Officer upon the discovery of such materials. 9. APPLICABLE STANDARDS AND REFERENCES 9.1 Work shall be in accordance with Air Force Design Standards and Engineering Technical Letters (ETL), referenced codes therein, and all other relevant standards, including but not limited to ASTM, ANSI, NFPA, OSHA, UL, and all applicable federal, state, or local laws and regulations.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2daf56a008fd3d059e6722a4d5d2edc2&tab=core&_cview=1)
 
Place of Performance
Address: Westover Air Reserve Base, Massachusetts, 01022, United States
Zip Code: 01022
 
Record
SN01731640-W 20090115/090113215736-2daf56a008fd3d059e6722a4d5d2edc2 (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.