Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2010 FBO #3177
SOLICITATION NOTICE

72 -- Carpet Supply and Install

Notice Date
8/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MWR - MORU - NEKOTA MABO 24290 Doane Mt Rd Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
Q1549100012
 
Response Due
8/11/2010
 
Archive Date
8/4/2011
 
Point of Contact
Susanna C. Bennett Purchasing Agent 6055743150 sue_c_bennett@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
The solicitation number for this Request for Quote (RFQ) is Q1549100012. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and proposals are being requested. This acquisition is 100% set aside for small business. The associated NAICS code is 442210. The small business size standard is $7,000,000. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the best value for the Government. All vendors must be registered and current in the Central Contractor Registration (CCR), (http://www.ccr.gov) and Online Representations and Certifications Application (ORCA) (https://orca.bpn.gov). The projects consist of supplying new carpeting, removal of existing carpeting in place, securing and stabilizing existing wood subfloor/underlayment, and installing new carpeting. Products must meet or exceed the following specifications. Delivery of Carpet and Installation Requirements: The contractor shall be capable of completing delivery on or about September 20, 2010. The method of delivery is FOB Destination. The contractor shall coordinate the exact dates and times of delivery with the NPS, at least 14 days in advance. Removal and installation shall be coordinated with Tim Sipper, Facility Manager. SPECIFICATIONS:Preferences listed below will serve as proposal evaluation criteria. 1.Remove existing carpet.a.Contractor shall remove and properly dispose of padding and carpet in areas where carpet is to be replaced. Contractor to provide dumpster and any other equipment required for removal and disposal. Contractor shall recycle old carpet and padding if facilities exist in the local area.2.Secure and stabilize existing wood subfloor/underlayment after carpet removal.a.Anticipated sub-floor conditions are described in table listing rooms and square footages. Bids shall include all necessary cleaning and preparation for those floor types.3.Provide and install new commercial grade carpeting:a.Certificationsi.Meets requirements for certification according to Carpet and Rug Institute's (CRI) Green Label Plus IAQ Test Programii.Preference for Certified NSF 140-2007 SCAS Gold or Platinum productsb.Warrantyi.15 years minimum warranty on all components1.Lifetime warranty acceptable ii.Warrantee must be non-prorated for all componentsiii.Preference for warranty greater than 15 yearsc.Product typei.Recycled Content Broadloom Carpet and Carpet Tilesii.Modular Carpet Tile products preferred for Bourgeois House 1st floor, matching Broadloom Carpet optional all other areas; all requirements in this section pertain to all product types.d.Fiber Content: i.Recycled content greater than 20% ii.Preference for recycled content greater than 35%iii.Preference for post-consumer recycled contentiv.Preference for fully recyclable productv.Preference for solution-dyed fibere.Other specificationsi.Construction and surface: patterned loop, level loop, textured patterned loop, textured level loop, textured loop ii.Required 8.5 stitches per inch or greater iii.Face Weight/Pile Weight: 22 oz. per square yard minimum iv.Pattern: Small to medium pattern or graphic to hide soil and wear, from standard stockv.Color: Medium color tone, including beige and brown patterns, possibly incorporating other colors as accents. Exact color will be selected by Park staff from manufacturer's standard products; samples to be supplied upon award of contractf.Backing materiali.Preference for backing system having recycled contentii.Preference for fully recyclable backing systemg.Installation/adhesivei.Installation shall comply with Carpet and Rug Institute (CRI) 104ii.Installation shall be done using methods and products necessary to preserve the warranty of the carpet, backing, adhesive and all other components.iii.Adhesive system shall meet the CRI Green Label plus certification for VOC emissionsiv.Seams must be sealed on broadloom applicationsv.Preference for no VOC and/or "dry" installation methodvi.Buildings will be occupied during installationh.Performance i.Static propensity AATCC 134: 3.5 kv or lessi.Availability/Deliveryi.Preference for products in stock or available4.Occupancy Coordination and Furniture Moving:a.BASE BID - Bourgeois House 1st floor: Carpet Tiles. Park will move all furniture on this floor.b.BID OPTION #1 - Bourgeois House 2nd floor (includes stair runner w/ hemmed edges): Carpet Tiles or Broadloom Carpet. Contractor shall be responsible for all furniture moving on this floor. Park staff shall be responsible for moving all sensitive office equipment including computers, phone systems, mail room equipment, copiers, printers, and AV equipment.c.BID OPTION #2 - 10 square yards per floor - carpet tiles with the same lot number shall be supplied as replacement stock for floors using carpet tiles. Bid shall include all necessary transition moldings/trim/nosing. Building Measurements*Bourgeois House 1st Floorapprox. 110 SY, wood subfloor*Bourgeois House 2nd Floor approx. 140SY, wood subfloor*Bourgeois House Stairapprox 14 treads & 15 risers, wood Contract Notes*Recommend - Schedule a walk through at park prior to submitting proposals. Contact Tim Sipper, Facility Manager at 701-572-0233. *Depending on cost estimate, some individual rooms may be bid as options.*Contractor shall field verify all quantities and measurements prior to bid.*Contractor shall recycle old carpet and padding if facilities exist in the local area, within 100 miles.*"Attached to the RFQ is the bid schedule that is to be used for submittal of quotes. Delivery/Installation Address:Fort Union Trading Post National Historic Site15550 Highway 1804Williston, North Dakota 58801 PROVISIONS: The following clauses apply to this solicitation:FAR 52.212-1 Instructions to Offerors - Commercial Items;FAR 52.212-3 Offeror Representations and Certifications - 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;FAR 52.222-50 Combating Trafficking in Persons;FAR 52.233-4 Applicable Law for Breach of Contract Claim;FAR 52.219-6 Notice of Total Small Business Set-Aside;FAR 52.219-28 Post Award Small Business Program Rerepresentation;FAR 52.222.3 Convict Labor;FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies;FAR 52.222-21 Prohibition of Segregated Facilities;FAR 52.222-26 Equal Opportunity;FAR 52.222-36 Affirmative Action for Workers with Disabilities;FAR 52.225-1 Buy American Act-Supplies;FAR 52.225-13 Restrictions on Certain Foreign Purchases;FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration;FAR 52.232-8, Discounts for Prompt Payment;For full-text version of these provisions, please use the following Internet link: https://www.acquisition.gov/far/. Quote Submittal:Questions regarding this solicitation must be submitted in writing to the point of contact via email or fax on or before August 11, 2010 at 10:00 a.m., MDT. Emailed or faxed quotes are to be submitted to:Sue C. Bennett, Purchasing AgentMWR NEKOTA MABOFacsimile: 605-574-9077Email: sue_c_bennett@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1549100012/listing.html)
 
Place of Performance
Address: Fort Union Trading Post National Historic Site15550 Highway 1804Williston, North Dakota
Zip Code: 588019724
 
Record
SN02228181-W 20100806/100804234645-dd8ea9edf10267ee42dc06e640aaf053 (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.