Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
DOCUMENT

S -- Installation of New Carpeting in Building 4026 at U.S. Army Dugway Proving Ground, Utah - Documents

Notice Date
4/15/2010
 
Notice Type
Documents
 
NAICS
442210 — Floor Covering Stores
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, Dugway Proving Ground DOC, Bldg 5330 Valdez Circle, Dugway, Utah, 84022-5000, United States
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-10-T-0006
 
Archive Date
5/14/2010
 
Point of Contact
Riyadh Saud, Phone: 435-831-3429
 
E-Mail Address
riyadh.saud@us.army.mil
(riyadh.saud@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This procurement is set-aside for Service-Disabled Veteran-Owned Small Business concerns. The U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of the installation of new carpeting in Building 4026, the fire station in Ditto, Dugway Proving Ground, Utah. Scope: 1) Remove and dispose of existing carpet at Dugway Proving Ground landfill. 2) Replace existing carpet in accordance with performance requirements. Carpet tile is not allowed. Provide manufacturer’s printed instructions and datasheet to the Contracting Officer’s Representative (COR) for approval. 3) Prepare floor to insure carpet installation is level, flush and in accordance with carpet manufacturer requirements. 4) The contractor shall remove existing equipment, furniture, and all other items required for the removal of existing carpet and installation of new carpet. Upon completion for the carpet installation and acceptance from the COR, the contractor shall reinstall equipment, furniture, and all other items. The contractor shall provide interim storage container(s), to store all equipment, furniture, and all other items removed to allow carpet installation. 5) Entire project to be completed in 4 days from start of moving equipment out of the facility to completion of moving back in the equipment. Some preliminary setup and preparation work will be allowed as long as it does not disrupt the use of the facility, as this is a 24/7 Life Safety operation. 6) Failure to complete the project within the specified time will result in liquidated damages of $500 per day and any additional costs the user might incur by not operating out of this facility. The performance work statement, surveillance criteria, and drawing are available on the Army Single Face to Industry website at https://acquisition.army.mil/asfi/. Supporting evidence must be furnished to demonstrate the ability to comply with the government’s requirements. A site visit for this requirement will be conducted on April 21, 2010. Contractors shall meet at Building 5330 Room 1402 at 10:00 AM for the site visit. Any requests for a site visit shall be provided in writing to the Contracting Officer, Mr. Eric S. Vokt at eric.s.vokt@us.army.mil. Requests shall be made by COB on Tuesday, April 20, 2010 to ensure clearance of personnel at the main gate. Requests shall include full name of the individual(s) and company representing. All attendees shall have a valid driver’s license, vehicle registration, and automobile insurance. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-10-T-0006. All firms responding must be registered with the Central Contractor Registration (CCR). The Federal Supply Class (FSC) is S214. The Standard Industrial Classification (SIC) is 1752. North American Industrial Classification Standard (NAICS) is 442210. Size standard is $7,000,000.00. The following provisions and/or clauses apply to this acquisition: 52.204-7, FAR 52.212-1, FAR 52.212-3 ALT I, FAR 52.212-4, FAR 52.212-5, FAR 52.219-27, FAR 52.222-28, FAR 52.222-3, FAR 52.222-19; FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.222-41, FAR 52.222-42, FAR 52.223-5, FAR 52.225-13, FAR 52.228-5, FAR 52.232-33; FAR 52.237-2, DFARS 252.201-7000, DFARS 252.204-7004, DFARS 252.212-7001; DFARS 252.203-7000, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.232-7003, DFARS 252.232-7010, and DFARS 252.247-7023-ALT III. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Security Badges and /or Protective Masks; Contractor Access to DPG; Department of the Army Personnel Reporting System; Legend of Acronyms and Brevity Codes; OSHA Standards; Insurance Requirements; Identification of Contractor Employees; and Government Contractor Relationships. All quotes must be emailed to Mr. Riyadh, Saud at riyadh.saud@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns, you may email Mr. Riyadh Saud at riyadh.saud@us.army.mil. All quotes must reference the solicitation number (W911S6-10-T-0006). Quotes are due no later than 4:00 PM (prevailing local time at U.S. Army Dugway Proving Ground, Utah) on Thursday, APR 29, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/79956c971bed051fcfd718f405ceda89)
 
Document(s)
Documents
 
File Name: Documentation for W911S6-10-T-0006 (https://acquisition.army.mil/asfi/solicitation_view.cfm?psolicitationnbr=W911S610T0006)
Link: https://acquisition.army.mil/asfi/solicitation_view.cfm?psolicitationnbr=W911S610T0006

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Building 4026, Dugway, Utah, 84022, United States
Zip Code: 84022
 
Record
SN02122711-W 20100417/100415234819-79956c971bed051fcfd718f405ceda89 (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.