Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2012 FBO #3722
SOLICITATION NOTICE

99 -- Removal and Install Floor Covering - SF1449 SOLICITATION FORM

Notice Date
1/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA/National Marine Fisheries Service, James J. Howard Marine Sciences Lab, 74 Magruder Road, Highlands, New Jersey, 07732, United States
 
ZIP Code
07732
 
Solicitation Number
WRD-12-01864
 
Archive Date
3/1/2012
 
Point of Contact
WILLIAM BELL, Phone: 206 526-4425
 
E-Mail Address
Bill.Bell@noaa.gov
(Bill.Bell@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF1449 SOLICITATION FORM. PLEASE RETURN PAGES 1-3 TO BILL BELL WITH YOUR QUOTE AND INFORMATION. COMBINED SYNOPSIS/SOLICITATION AB133F-RQ-12-0046 Removal of worn-out carpet and sheet vinyl flooring, and to purchase and install commercial-grade homogenous sheet flooring in the Marine Fish Laboratory, Manchester Research Station, Port Orchard, WA. (I) This is a combined synopsis/solicitation for construction prepared in accordance with the simplified acquisition procedures authorized in FAR Part 36. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number AB133F-RQ-12-0046/WSB. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. (IV) This solicitation is being issued as a Total Small Business Set-Aside.. The associated NAICS code is 238330. The size standards in number in millions of dollars is $14M. (V) This combined solicitation/synopsis is for removal of worn-out carpet and sheet vinyl flooring, and for purchasing and installing commercial-grade homogenous sheet flooring in the Marine Fish Research Laboratory, Port Orchard, WA. CLIN 0001: Area A and C: Demolish existing floor covering and install commercial-grade homogenous sheet flooring in the Marine Fish Research Laboratory building 12, Manchester Research Station, Port Orchard, WA. CLIN 0002: Area A and C: Purchase flooring material for Bldg. 21 at Manchester Research Station. CLIN 0003: Area B: Demolish existing flooring and install new flooring in Bldg. 21 at the Manchester Research Station. CLIN 0004: Area B: Purchase new flooring material for Bldg. B at Manchester Research Station. (VI) Description of requirements is as follows: STATEMENT OF WORK 1. Organization 1.1. Organization: The Northwest Fisheries Science Center (NWFSC), of the National Marine Fisheries Service (NMFS), National Oceanic & Atmospheric Administration (NOAA), Department of Commerce (DOC), is a government agency charged with the mission of stewardship for living marine resources. 1.2. Background and Objective: This is Statement of Work is for removal of worn-out carpet and sheet vinyl flooring, and for purchasing and installing commercial-grade homogenous sheet flooring in the Marine Fish Research Laboratory at Manchester Research Station. Purchase and installation of the flooring materials will restore the visual appearance of the work areas, remediate trip hazards associated with peeling and damaged flooring, and maintain laboratory safety standards with respect to resistance to spills and maintenance of asepsis in required areas. 2. Services and Products Required 2.1. Provide labor, equipment, measurements, and materials necessary to remove existing glued-down carpet and sheet vinyl flooring, remove existing base molding, remove adhesives, repair and level the subflooring so that no imperfections remain that could be telegraphed to the surface of the new flooring, and install new flooring. 2.2. Provide chemical resistant commercial grade homogenous sheet flooring, adhesives, rubber base molding and all other materials supplied by a manufacturer for proper installation. Successful vendor will supply all specifications sheets and samples of flooring prior to ordering so that government representative can select color and verify that the products used meet specifications. 2.3. Provide entranceway flooring, adhesives, rubber base molding and all other materials required by the manufacturer for proper installation. Successful vendor will supply all specifications sheets and samples of flooring prior to ordering so that government representative can select color. 2.4. Install flooring and rubber base molding in three research areas (A,B,C) with the following approximate measurements (rounded to closest foot): Area A Estimated Measurements Room Width x Length Existing flooring Replacement product Hall 5' x 20' carpet sheet vinyl 12-1B 17' x 30' sheet vinyl sheet vinyl 12-2B 5' x 5' sheet vinyl sheet vinyl 12-3B 9' x 17' carpet sheet vinyl 12-4B 9' x 17' carpet sheet vinyl 12-5B 9' x 17' carpet sheet vinyl Area B Foyer 6' x 8' carpet entrance flooring Landing 4' x 5' concrete entrance flooring Area C 12-7B 10' x 40' carpet sheet vinyl 12-8B 10' x 15' carpet sheet vinyl 2.5. All seams in the sheet vinyl flooring must be welded with matching weld rods to prevent penetration of liquids to the subflooring, using materials and methods specified by the manufacture. 2.6. Vendor will provide and install all transition strips and stair bullnose protectors as required. 3. Deliverables 3.1. Vendor will provide the products and install the products listed in Section 2. 3.2. Vendor will dispose of existing flooring and carpeting, and any excess or scrap materials resulting from repairing the subflooring and/or installation of new flooring. 3.3. Vendor will be responsible for disposal of adhesives or other products used in the removal or installation of existing flooring. 4. Performance 4.1. All work will be performed in upstairs, in Building 12 at the Manchester Research Laboratory, 7305 Beach Drive East, Port Orchard, Washington 98366. 4.2. Performance period: All products must be installed no later than 31 March 2012. 4.3. Notification: Vendor must notify POC in Section 5 at least five working days in advance of starting work to coordinate removal of furniture and other items from the work spaces. 4.4. Weekend work between the hours of 7:00 AM and 5:30 PM is preferred to minimize disruption to station personnel during the work week. Vendor may work in unoccupied areas Monday-Friday between the hours of 7:00 AM and 5:30 PM by arrangement with the POC. 5. Vendors 5.1 All vendors must contact the POC for a site visit to make arrangements for a site visit. No bids will be accepted without a site visit. 5.2 All vendors must have a Washington State Business License. 6. Point of Contact 6.1. Dr. William Fairgrieve will be the point of contact for the vendor for questions, review and acceptance of the work. The point of contact will also be responsible for acknowledgement of performance by the contractor. William T. Fairgrieve Manchester Research Laboratory 7305 Beach Drive East Port Orchard, Washington 98366 360-871-8305 william.fairgrieve@noaa.gov 6.2. Evaluation of possible vendors will be based on Lowest Price Technically Acceptable and the following criteria. Products will be evaluated on overall thickness and thickness of wear layer, chemical resistance, and static load limit. Possible vendors will be evaluated on the cost and their ability to provide the specified products and complete installation within the stated performance period. The lowest price technically acceptable source selection meets the criteria above with the lowest evaluated price. End of Statement of Work. (VII) Date(s) and place(s) of delivery and acceptance NORTHWEST FISHERIES SCIENCE CENTER MANCHESTER FIELD STATION. 7305 BEACH DRIVE EAST PORT ORCHARD WA 98366 Delivery shall be FOB Destination: 7305 BEACH DRIVE EAST, PORT ORCHARD WA 98366 (VIII) The period of performance for this contract shall be from date of award to March 31, 2012. (IX) The following clauses under subparagraph (b) apply: See Clauses in the attached SF1449. (X) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/far/index.html (End of Clause) (XI) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XII) Quotes are required to be received in the contracting office no later than 4 P.M. PST on February 15, 2012. All quotes must be faxed or emailed to the attention of Bill Bell. The fax number is (206) 526-6025 and email address is bill.bell@noaa.gov. (XIII) Any questions regarding this solicitation should be directed to Bill Bell, 206 526-4425, and email address: bill.bell@noaa.gov. QUOTED BY:_____________________ DATE__________________________________ COMPANY NAME:________________ email ADDRESS:_________________________ PHONE:__________________________ SMALL BUSINESS?_____________________ FAX:_____________________________ TAX ID NUMBER:_______________________ ADDRESS:_______________________ GSA CONTRACT NO.___________________ _________________________________ DUNS no._______________________________ _________________________________ CAGE CODE (CCR):_______________________ NAICS CODE____________________ SIZE STANDARD________________ FAX QUOTE BY 4pm PST, February 15, 2012 TO BILL BELL AT (206) 526-4425. Or email BILL.BELL@NOAA.GOV. THE WESTERN ACQUISITION DIVISION, REQUIRES THAT ALL CONTRACTORS DOING BUSINESS WITH THIS ACQUISITION OFFICE CENTRAL CONTRACTOR REGISTRY (CCR) AS OF OCTOBER 1, 2003. AFTER THIS DATE, NO AWARD CAN BE MADE UNLESS THE VENDER IS REGISTERED IN CCR. FOR ADDITIONAL INFORMATION AND TO REGISTER IN CCR PLEASE ACCESS THE FOLLOWING WEB SITE: HTTP://WWW.CCR.GOV. IN ORDER TO REGISTER WITH THE CCR AND TO BE ELIGIBLE TO RECEIVE AN AWARD FROM THIS ACQUISITION OFFICE, ALL OFFERORS MUST HAVE A DUN & BRADSTREET NUMBER. A DUN & BRADSTREET NUMBER MAY BE ACQUIRED FREE OF CHARGE BY CONTACTING DUN & BRADSTREET ON-LINE AT WWW.DNB.COM/EUPDATE OR BY PHONE AT (800) 333-0505. ALL CONTRACTORS ARE ALSO REQUIRED TO COMPLETE ONLINE REPRESENTATIONS AND CERTIFICATIONS AT HTTP://ORCA.BPN.GOV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NMFSJJ/WRD-12-01864/listing.html)
 
Place of Performance
Address: NORTHWEST FISHERIES SCIENCE CENTER, MANCHESTER FIELD STATION., 7305 BEACH DRIVE EAST, MANCHESTER, Washington, 98366, United States
Zip Code: 98366
 
Record
SN02664411-W 20120202/120131234600-46ecbb59f8b2c0d52995808f34d7d7d1 (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.