Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
SOLICITATION NOTICE

J -- Gateway National Recreation Area - Miller Field, Staten Island, NY. Requirement for Carpeting Replacement at Building 26.

Notice Date
1/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - GATE Gateway National Recreation Area 210 New York Ave. Staten Island NY 10305
 
ZIP Code
10305
 
Solicitation Number
Q1770108202
 
Response Due
2/11/2010
 
Archive Date
1/28/2011
 
Point of Contact
Cheryl Adamski Contract Specialist 7183544722 Cheryl_Adamski@NPS.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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.(ii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. (iii) This solicitation is a total small business set-aside, NAICS 423220, Home Furnishing Merchant Wholesalers, with a small business size standard of 100 employees. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. (iv) The Government intends to issue a firm-fixed price purchase order to the responsible offeror whose total offer represents the best value for the Government. The National Park Service is seeking a qualified contractor with specialized experience with the replacement and installation of new carpeting in Building 26 located at Miller Field, Staten Island, NY. The work includes providing all labor, material, and equipment necessary to perform carpet replacement services. The Contractor shall supply, deliver, install, remove debris and repair any portion of damaged or defective subfloor which will prevent a professional quality installation (If any work is performed on the concrete, thereby altering the property, the contractor shall pay wages in accordance with Davis Bacon Wage Determinations, for this portion of the work). Requirements are listed in the Statement of Work (included below). (v) LOCATION: Gateway National Recreation Area - Miller Field, Staten Island, NY. Building 26 is a single story stucco building, located on Sanchez Drive.(vi) SITE VISIT: An organized site visit is scheduled for Thursday, February 4, 2010 at 10:00am. Interested parties shall respond to this announcement via email to cheryl_adamski@nps.gov, indicating their intent to attend this site visit no later than 3:00pm on February 2, 2010. Individual requests for solicitation packages will NOT be accepted. (vii)SCHEDULE of SUBMISSIONS: One (1) invoice must be submitted after successful delivery, installation, and acceptance.(viii)SCHEDULE: The actual time frame of accomplishing the project should take no longer than 30 business days. Work is slated to commence on or about February 22, 2010. (ix) DOCUMENTS TO BE INCLUDED IN QUOTE: 1.Detailed specifications including all descriptive and technical literature to be used during this project 2.Evidence of meeting referenced Federal Specifications and Standards3.Manufacturer's material safety data sheets for coatings, solvents, and other potentially hazardous materials.4.Certificates of compliance for carpet, adhesives, reducer, base and padding5.Samples of products to be used, including ( Manufacturer data sheet):i.Two 12-inch by 12-inch samples of carpet in color specified.ii.Two 6-inch by 6-inch samples of cushion specified.iii.Two 9-inch sections of each type of edge, transition, and other accessory strips to be used.iv.Two 12-inch by 12-inch samples of carpet with backing specified6.Applicable warranty information7.Three (3) references of proposed item within the past three years8.Name, phone number, and address of your point of contact. 9.A firm fixed price quote.10.A completion date and performance period.(x) The Government contemplates the award of a single purchase order on a "low-price-technically-acceptable" basis. A technically acceptable business will meet or exceed the following criteria:(1) Provide an acceptable carpet sample in accordance with the specifications of the SOW(2)Have at least three (3) to five (5) years of experience performing similar services as required in this solicitation(3)Have an acceptable completion date and performance period(xi) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(xii)FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 8, 18, 19, 21, 22, 24, 31, 39, and paragraph (c) clauses indicated by number 1, 2, 4. (xiii)The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation.(xiv)Offers must be submitted via email to cheryl_adamski@nps.gov. Samples may be mailed to Gateway National Recreation Area, 210 New York Avenue, Staten Island, NY 10305. Attn: Cheryl Adamski, Contracting Office. The due date and time is 10:00am ET on Thursday, February 11, 2010. (xv)Applicable Wage Determination: WD 05-2375 (Rev.-8) Statement of Work:SECTION 01000 - GENERAL REQUIREMENTS1. SCOPE1.1. The work includes providing all labor, material, and equipment necessary to perform carpet replacement services. The Contractor shall supply, deliver, install, remove debris and repair any portion of damaged or defective subfloor which will prevent a professional quality installation (If any work is performed on the concrete, thereby altering the property, the contractor shall pay wages in accordance with Davis Bacon Wage Determinations, for this portion of the work). Contractor will move furnishings and Move furniture as required to complete project. After installation of the carpeting, all property shall be returned to their respective locations. The work shall be conducted in an assembly-line fashion throughout the building, with office space being carpeted first, then the common spaces. The Contractor shall notify the COTR as to the quantity of work that can be completed in one day.2. SUMMARY OF WORK2.1 The Contractor shall survey the existing conditions and verify all dimensions of the building prior to bidding. In addition, the Contractor shall confirm the availability of the materials prior to bidding. No substitution shall be considered without written approval from the Facility Manager or appointed representative. Request for substitution must be submitted in writing along with samples. The Contractor shall submit a unit cost (square foot) to replace any portion of damaged or defective subfloor (If any work is performed on the concrete, thereby altering the property, the contractor shall pay wages in accordance with Davis Bacon Wage Determinations, for this portion of the work).3. LOCATION3.1. The site of the proposed work is located at Miller Field, Staten Island, New York, Building 26, which is a single story stucco building, located on Sanchez Drive. Fourteen rooms will require floor replacement and carpeting. The dimensions of each room are as follows:(1) 14'x13'(2) 14'x13'(3) 14'x13'(4) 10'x15'(5) 14'x13'(6) 6'x13'(7) 12'x13'(8) 15'x13'(9) 10'x13'(10) 14' 36'(11) 6'x13'(12) 11'x13'(13) 8'x16'(14) 40'x12'4. REFERENCED DOCUMENTS4.1. All publications, descriptions or standards cited within these documents, form a part of these specifications to the extent referenced. Unless otherwise indicated, in effect on the date of issuing the RFQ shall apply.5. INTENT OF SPECIFICATIONS5.1. The intent of the specifications is to provide for the completion of the work in every detail described herein and includes all incidental and related work and services. The contractor shall have adequate equipment and materials as may be reasonably required to complete the work at the site, in accordance with specifications and terms of the contract.6. SUBMITTALS6.1. The contractor shall submit all descriptive and technical literature to be used in this project for approval. Evidence of meeting referenced Federal Specifications and Standards shall also be submitted. Contractor shall not proceed with work until all materials are approved.7. INSPECTION7.1. The Government will have an inspector on the site. The contractor shall fully inform the Government Inspector of day to day activities and plans 48 hours in advance of work. The contractor shall check in each morning with the COTR upon arrival at the site in person or by phone.8. HOURS OF WORK8.1. All construction operations shall be performed between the hours of 8:00 a.m. and 5:00 p.m. local time, Monday through Friday inclusive. No work will be performed outside of these hours or on Saturday, Sundays or holidays, unless requested at least 72 hours in advance and approved by the Contracting Officer. No work outside the regular hours established above shall be undertaken without approval.9. COORDINATION WITH NATIONAL PARK SERVICE AND OTHER CONTRACTORS10.1. Other projects may be in progress at the same time. In the event of such conflicts, arrangements will be made to coordinate all activities between other contractors or Coast Guard personnel.11. OPERATION OF GOVERNMENT FACILITIES11.1. The facility may have Government personnel working on certain areas during the execution of the contract. The National Park Service will keep interference with the contractor's operation to a minimum; however, the contractor shall take precautions to see that no debris, materials, wiring, equipment or personnel shall endanger the safety of Park Service other personnel working in the area.12. WORK SCHEDULE12.1. Prior to the commencement of work, the contractor shall submit work schedules indicating the planned starting and completion dates for all work items. No work shall start without approval of the work schedule.13. MATERIALS APPROVALS13.1. Carpet, adhesives, padding, base and reducer specifications, sample colors and any proposed substitutions. Carpet samples shall be at least 12"x12". Base molding and reducer shall be 12" long. Specifications for adhesives are only required to be submitted..and other information shall be submitted by the contractor as required herein and as necessary to secure approval of the materials and methods to be incorporated into the work.13.2. Two copies of catalogs and other printed information shall be submitted. One copy of printed matter will be returned to the contractor for his use. 13.3 Within 5 days after receipt of Notice to Proceed the contractor shall comply with all submittal requirements.14. METHODS OF MATERIALS QUALIFICATIONS14.1. To demonstrate that the materials to be used in this project conforms to these specifications, the contractor may pursue any of the following: a. Certificates of compliance with specification requirements signed by an authorized officer of the manufacturer or processor of approved trade association involved. Such certificates shall show the name and address of the contractor and the name and location of the project. The certificate shall be accompanied by all supporting product data so that adequate evaluation by the Government can be made.b. Labeling by the manufacturer on unbroken/unopened containers.c. Official marking or labeling by recognized grading organization or national code association indicating compliance.15 TEMPORARY UTILITIES AND CONTROLS15.1. Temporary utilities such as electricity and water will be provided by the National Park Service at no cost to the contractor while engaged in fulfilling the project. The contractor shall provide and remove at no cost to the Government, all additional equipment and other apparatus necessary to serve the work site. The Government makes no guarantee as to quality, quantity or continuity of such service.16. TOILET FACILITIES16.1. There are no facilities at the site. The contractor will be directed as to which toilet facilities he may use.17.REMOVALS17.1 All rubbish and trash created as a result of fulfilling these specifications shall become the property of the contractor and shall be removed from the site as soon as practical at contractor expense. Hazardous materials shall become the property of the contractor and shall be removed from the site at contractor expense. No flammable materials shall be left inside or adjacent to the buildings overnight.18. UNFORESEEN CONDITIONS (ADDED)18.1 No additional work will be performed without approval of the Contracting Officer.18.2 Contractor will notify the Contracting Officers Reprehensive of any unforeseen condition and submit a written proposal for what the additional work consists of and a cost to perform the task. 19. DELIVERY STORAGE AND HANDLING19.1. Deliver materials to the job site in the manufacturer's sealed and undamaged containers or wrappings. Damaged materials shall not be used. No paint, drop-clothes, solvents, thinners, rags or like materials shall be stored inside or adjacent to the premises. 19. SIGNS19.1. The contractor shall provide suitable barriers and signs to indicate to personnel to "KEEP OUT" of area while work is underway. 20. CLEANUP 20.1 At completion, All debris shall be removed and disposed of in accordance with applicable City, State and Federal Laws. Before departing each day the contractor shall remove all debris, material etc. from lawns, walks and stairs. 21. PROTECTION OF EXISTING STRUCTURES, UTILITIES AND WORK21.1. The contractor shall supply and maintain protective measures against damage to existing structures, or interruption of any service. Failure to do so may result in cessation of all work. All damages or interruption of utility services resulting from failure to take necessary precautions shall be repaired or restored promptly and that the resulting reparation expense shall be borne by the contractor. The Contractor will be responsible for the repair of all damaged areas caused by there use of materials to existing surface area and repairs will be performed at NO cost to the Government. (ADDED)This contract has a requirement for quality control. The Contractor must maintain adequate continuous quality control over each phase of his operation. When the contractor signs this contract he assumes responsibility for producing the required end product within the time stated. He must establish and implement a system for controlling his daily operations to comply with his commitment. See SECTION 24.221.2 - QUALITY CONTROL for details of the above requirement.During the period of construction at least one entrance to the building shall be available to the occupant at all times.END OF SECTIONSECTION 09680Carpet1. GENERAL1.1. References: The publications listed below form a part of this specification. The publications are referred to in the text by the basic designation only. Federal Specifications (FS) Carpet: The recycle content shall be at least 25% post consumer recycled content. Carpet should be Modern Wonders Style 5000 or equivalent Sisal Padding: The recycle content shall be 100% post industrial recycled synthetic fibers. Adhesives: All adhesives to be used shall be recommended by the Manufacturer. Transition Strips: Shall be clamp down brass, carpet to vinyl. Base and Reducer: Shall meet or exceed ASTM F-1861, ASTM E 84/NFPA 255 and ASTME 648 (NFPA 253) standards. All products shall meet or exceed CRI Green Label requirements. Contractor shall submit samples for color selection by NPS.1.2. Submittals:1.2.1. Submit the following information to the Contracting Officer's Technical Representative for approval in accordance with section 01000.a. Manufacturer's material safety data sheets for coatings, solvents, and other potentially hazardous materials.b. Certificates of compliance for carpet, adhesives, reducer, base and paddingd. Samples of products to be used. ( Manufacturer data sheet) 1. Two 12-inch by 12-inch samples of carpet in color specified.2. Two 6-inch by 6-inch samples of cushion specified.3. Two 9-inch sections of each type of edge, transition, and other accessory strips to be used.4. Two 12-inch by 12-inch samples of carpet with backing specified1.3. Delivery and Storage1.3.1. Deliver materials in sealed, labeled containers bearing the manufacturer's name, brand designation, specification number, batch number, color and date of manufacturer.1.4. Environmental Conditions1.5. CLOSEOUT SUBMITTALSMaintenance data for review and approval as required by Section 01785.1. Manufacturer's printed instructions for maintenance of installed materials, including methods and frequency to maintain optimum condition under anticipated traffic and use conditions. Include precautions against materials and methods that may be detrimental to the product.2. Carpet schedule listing, for each type of carpet installed, manufacturer, product name and/or number, color name and/or number, and locations installed.1.6. QUALITY ASSURANCEA. Carefully check all dimensions before ordering materials and other conditions that may affect the installation to insure the material requirements are complete to complete the job.B. Installer shall be certified by Floor Covering Installation Board (FCIB).C. Comply with CRI-104. 2. PRODUCTS2.1. Materials shall conform to the specifications and standards referenced herein.Provide carpet with recycle content shall be at least 25% post consumer recycled content. Carpet should be Modern Wonders Style 5000 or equivalent. Carpet shall be free from blemishes, streaks, poorly dyed areas and other defects meeting the following requirements shall be equivalent to: TypeRavel Guard Textured LoopGauge 1/10 in gaugeWeight Weight of 28 oz.Stitches Per inch 13.5 stitches per inchYarn Nylon Pile Height.16"Backing Full CircleColor Panama Canal (03)Radiant Panel Passes Class 1 (ASTM E-648) Smoke Density (ASTM E - 662) Less than 450 (Flaming) 2.1.1ADHESIVE A. Solvent free, as recommended by the carpet manufacturer.2.1.2SEAM SEALERA. As recommended by carpet manufacturer.2.1.3 CUSHIONA. The recycle content shall be 100% post industrial recycled synthetic fibers, as recommended by the carpet manufacturer. 2.1.4TACKLESS STRIPA.Minimum 1 inch wide and 1/4 inch thick, with 2 rows of pins, commercial or architectural grade, with 3 rows of pins when dimensions exceed 30 feet.2.1.5HOT MELT TAPEA.Taylor Touchdown 898 as manufactured by W. F. Taylor, Fontana, CA or Wide Track BB-5S as manufactured by Seam Master, South Gate, CA or approved equal.2.1.6SEAM SEALERA.As recommended by the carpet manufacturer.2.1.5CUSHION ADHESIVEA.Cushion to Floor: Pressure sensitive, solvent-free, as recommended by carpet manufacturer.2.2EDGE MOLDING, TRANSITION, AND OTHER STRIPSA.As manufactured by Flexco or approved equal.B.Material: Vinyl.C.Color: 056 Milk ChocolateD.Adhesive: As recommended by the manufacturer.E.Transition Strips: VT0 1/4" Carpet to 1/8" Tile Reducer, 1" Cap, 12' length, Color Brown, Armstrong or equivalent.3. EXECUTION 3.1 GENERAL3.1 ENVIRONMENTAL PROCEDURESA. Reuse of Scrap and Waste Materials: Sort materials and coordinate reclamation of scrap and waste material with carpet manufacturer.3.2 PREPARATIONA. Remove debris, cementations deposits, and similar obstructions on substrates to receive carpet.B. Fill cracks and voids including honeycombed concrete, but do not obstruct expansion jointC. Verify that substrate surfaces are smooth and flat with maximum variation of 1/8 inch in 10 feet.D. Ensure that all surfaces on which carpet is to be laid are vacuum clean, dry and smooth. Correct any defect that may affect carpet installation.3.3 INSTALLATIONA. General: Follow procedures outlined in CRI 104-1996. Comply with the manufacturer's written instructions and recommendations for installation, including seam locations and direction of carpet as shown on the shop drawings. Maintain uniformity of carpet direction and lay of pile. At doorways, center seams under door in closed position. Cut and fit carpet to butt vertical surfaces, including cabinets, pipes, outlets, edgings, thresholds, and nosings. Extend carpet into toe spaces, door reveals, closets, open-bottomed obstructions, removable flanges, alcoves and similar openings. Do not bridge building expansion joints with continuous carpet. Bind or seal all exposed cut edges.B. Dye Lots: Check all dye lots of all rolls. If there is more than one lot, determine the best breaking point.C. Conditioning:1. Broadloom: Unroll the carpet and store with adhesive, if used, at 65 degrees F on site for 24 to 48 hours before installation.D. Carpet Cutting: Place seams in locations indicated and approved on shop drawings. Maintain direction of pattern and texture including lay of pile.E. Seam Preparation: Apply seaming adhesive on edge of carpet at seams so adhesive is not evident on the face of carpet but all yarns are secured.F. Adhesive: Using manufacturer's recommended trowel, spread in a uniform manner. Allow sufficient open time. Ensure a 100 percent transfer of adhesive onto the carpet backing while maintaining full coverage of the floor.G. Rolling:1.Jute Or Synthetic Secondary Backing: Press down carpet into the adhesive bed with a roller approved by the carpet manufacturer. Roll in both directions. Do not over roll.2.Unitary Backing: Press down carpet into the adhesive bed with a roller approved by the manufacturer. Roll in both directions. Do not over roll. Repeat with a 35 pound roller 3 to 12 hours after initial rolling to ensure a strong bond is established. 3.5ACCESSORIES:A.Edge molding: Install at all exposed edges.B.Transitions: Install where materials change.3.6CLEANINGA.Vacuum carpet using commercial machine with face-beater element. Remove spots and replace carpet where spots cannot be removed. Remove any protruding face yarn using sharp scissors. Restrict traffic for a minimum of 24 hours for direct glue-down installation, 48 hours for double-stick installation, or as recommended by the manufacturer.3.7 PROTECTIONCover carpeted areas with non-staining building paper until final acceptance. Do not use plastic sheeting. Use sheets of hardboard or plywood in areas affected by rolling traffic. PART 4 MEASUREMENT AND PAYMENTA. Submit a lump sum quote for all items, including individual quotes for all fourteen (14) rooms; failure to do so may render the bid non- responsive:(1) 14'x13' __________________(2) 14'x13' __________________(3) 14'x13' __________________(4) 10'x15' ____________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1770108202/listing.html)
 
Place of Performance
Address: Gateway National Recreation Area - Miller Field, Staten Island, NY.
Zip Code: 10305
 
Record
SN02051919-W 20100130/100128234957-58fbfecd1a1150a8ccb5cb171ed057a5 (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.