Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
MODIFICATION

72 -- Building 1600 Drapery

Notice Date
8/2/2010
 
Notice Type
Modification/Amendment
 
NAICS
423220 — Home Furnishing Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3250132A002
 
Archive Date
8/19/2010
 
Point of Contact
Lauren N Weitzel, Phone: 301-981-1905, Anke C Taylor, Phone: 301-981-1999
 
E-Mail Address
lauren.weitzel@afncr.af.mil, anke.taylor@afncr.af.mil
(lauren.weitzel@afncr.af.mil, anke.taylor@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. 2. Solicitation number F1D3250132A002 is issued as a request for quotation (RFQ). 3. All firms or individuals responding must be registered with the Central Contractor Registration (CCR), which can be found at http://www.ccr.gov/. 4. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 44-Circular 2005. This is a 100% Small Business Set-Aside. The NAICS code is 423220 and the small business size standard is 100 Employees. 5. This RFQ is issued under simplified acquisition procedures. 6. This solicitation contains two line items: CLIN 0001: Building 1600 Common Areas; measure; design and install sheers, cornice and hardware for 1 dayroom, 1 snack room, 1 office; 1 LUMP SUM. CLIN 0002: Building 1600 Bedroom; measure, design, and install drapery, valance and hardware for 193 bedrooms, in accordance with Performance Work Statement (PWS) below. 7. FOB Destination for delivery to 316 CES/CERF, Building 1600, Andrews AFB MD 20762. To be delivered no later than 90 days ADC. 8. A site visit will be held at 9:00 AM EST on 22 July 2010. Notification of attendance must be sent to BOTH lauren.weitzel@afncr.af.mil AND anke.taylor@afncr.af.mil by 10:00 AM EST 21 July 2010 in order to be eligible to attend. Site visit common meeting location: 1600 Arkansas Rd. Andrews AFB, MD 20762 Offerors must send information necessary to obtain a short term pass by 10:00 AM EST 21 July 2010 which includes: First and Last Name Social security number Date of birth Drivers license number and state Vehicle description and color Tag number and state Company name and phone number Operators contact information and phone number Offerors should also have in their possession an up to date license, registration, and proof of insurance. In addition work permit and social security card will be necessary if offeror representatives are not citizens. *Please provide samples as stated in the PWS section 2.1 at the site visit. Photos shall be permitted, if necessary and only with prior Governmental approval. All questions are due in writing to BOTH SrA Lauren Weitzel AND Anke Taylor, lauren.weitzel @afncr.af.mil AND anke.taylor @afncr.af.mil by 4:00 PM EST on 23 July 2010. The Government will not accept any questions after this date/time. 9. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. 10. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Quotes will be evaluated on price related factors only. 11. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial with its offer, and/or have completed the annual representations and certificates electronically at https://orca.bpn.gov/. FAR 52.212-3 can be downloaded from the internet at http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. 12. All FAR clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.212-4,Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.252-1, Solicitation Provisions Incorporated by Reference. The following clauses are applicable to this acquisition: FAR 52.219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-9 -- Estimate of Percentage of Recovered Material Content for EPA Designated Items; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The clause at 252.212-7000, Offeror Representations and Certifications--Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.204-7004, Required Central Contractor Registration and 252.247-7023, Transportation of Supplies by Sea. The following AFFARS clauses apply to this acquisition: 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances and 5352.242-9000 Contractor Access to Air Force Installations. The following local clauses apply to this acquisition: 316CONS-004, Environmental Compliance; 316CONS-007, Personnel Security Requirements; 316CONS-010, WAWF Instructions and 316CONS-011, OMBUDSMAN. 13. If interested, e-mail your quote to the POC stated herein. 14. Quotations must be received no later than 12:00 PM EST 4 August 2010. The Government prefers that all offers are e-mailed to the point-of-contact below with solicitation number (F1D3250132A002) and contractors name listed in the subject block. Facsimile quotes will not be accepted. 15. The Government Primary point-of-contact is SrA Lauren Weitzel. Commercial: 301-981-1905 (lauren.weitzel@afncr.af.mil) and the secondary P.O.C is Mrs. Anke Taylor. Commercial: 301-981-1999 (anke.taylor@afncr.af.mil). PERFORMANCE WORK STATEMENT TO REPLACE DRAPERY AND HARDWARE, DORMITORY 1600 ANDREWS AFB, MD Prepared by: 316 CES/CEAC July 2010 1. DESCRIPTION OF SERVICES. 1.1. The Contractor shall provide all personnel, equipment, tools, materials, transportation, supervision and all other items and services necessary to measure, design, construct and install window treatments; included are minor wall preparation and repair, disposal of waste, old drapery and hardware off base. Work site is dormitory 1600 at Andrews AFB, MD. 1.2. The Contractor shall provide Draperies & Drapery Accessories. Draperies can be offered in various sizes/dimensions, colors, patterns, and fabrics. Drapery Accessories are items primarily constructed of textile fabric that can be used around a window for decorative purposes (e.g., cornice boards, valences, swags, tiebacks, etc.). Hardware includes any hardware necessary for the function of items. Hardware includes, but is not limited to, rods, pulleys, hooks, & slides for Draperies. Replacement hardware must be made available. 2. Contractor shall: 2.1. Provide 3 samples each of sturdy fabric selections, colors and patterns of window treatments. Provide 3 samples of the type of hardware typically used in the hospitality industry. Provide 3 samples of sheer panels and mounting hardware for the Common areas. Provide a sample of blackout linings for bedrooms. 2.1.1. Common area window treatments should match existing color, texture, pattern and style as those in Dorm 1657--similar to Northeast Textiles; Pattern - Classique; Color Navy. 20" Deep Cornices should have same fabric covering as drapery and Sheers should be off-white. 2.1.2. Bedroom window treatments should be similar to Northeast Textiles; Pattern - Classique; Color -Oatmeal; should include Valance and Drapery, and separate blackout lining. 2.1.3. Provide hardware that is typically used in the hospitality industry to ensure durability. Mount hardware using the most appropriate method of mounting to concrete, or concrete block walls. 2.1.4. All window treatments must meet NFPA 101, 6-6 and pass NFPA 701, Standard Methods of Fire Tests for Flame Propagation of Textiles and Films. Fabric for draperies must be inherently flame-retardant. Window treatments for all sleeping areas must have separate soft-suede blackout linings to block out sunlight in order to accommodate shift workers who sleep during the day. The drapery lining must hang independently from the finished drapery treatment. For ease of cleaning, drapery pleats that are either stack pleated, roll pleated, or accordion-type pleated are preferred. Pinch pleats are not acceptable. 3. Installation. 3.1. The contractor shall be responsible for verification of site dimensions, quantities and conditions. Discrepancies shall be noted prior to the beginning of the installation. 3.2. The Contractor shall provide a crew experienced in installation of the required items and capable of meeting the contract requirements. 3.3. Installation of all items is to be in accordance with manufacturer's recommendations and instructions. 3.4. All items and accessories are to be installed plumb, level, square, and in proper alignment with the window. 3.5. The Contractor shall clean and press the drapery, inspect all installed items and accessories for proper installation and freedom of defects. If damaged, contractor is responsible for replacement at no additional cost to the government. 3.6. The Contractor shall remove all packing materials, old drapery and hardware and installation residue from the project site and the Base at the end of each day. 3.7. Upon completion of installation, the Contractor shall leave the project site in a neat and clean condition. 4. Warranty. The Contractor shall provide written manufacturer's standard warranty against premature wear, color fade or staining from normal bedroom staining agents and all other applicable warranties. The Contractor shall provide written installer's standard warranty for construction and installation (including hardware) of drapery and valances. The material and workmanship shall be guaranteed for 365 days from the date the last item was installed. 5. Delivery. Contractor must provide an estimated time of delivery that does not exceed 90 days from contract award. Since Andrews AFB is a closed base, all deliveries shall be coordinated through the Unaccompanied Housing Office in Dorm 1657 (301-981-7798 or 4479) and Base Security Forces. 6. Estimated Quantities-Vendor must confirm actual window sizes and quantities during site visit-193 Bedrooms and 3 Common areas (1 Day Room, 1 Snack Room and 1 Office). 1. DAYROOMS QTY 1 Unit Price Total Price Cornice Drapery Sheer Hardware Mats & Mfgr SUB TOTAL 2. OFFICE QTY 1 Unit Price Total Price Valance Drapery Hardware Mats & Mfgr SUB TOTAL 3. BEDROOMS QTY 193 Unit Price Total Price Valance Drapery Hardware Mats & Mfgr SUB TOTAL TOTAL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3250132A002/listing.html)
 
Place of Performance
Address: Building 1600 Arkansas Rd, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02226379-W 20100804/100802235827-8cf7dc3f7365cd943cac783548e0eaf3 (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.