Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOLICITATION NOTICE

S -- PROVIDE/INSTALL CARPET TILES - Statement of Work

Notice Date
5/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
FA4809-12-Q-0001
 
Archive Date
5/25/2012
 
Point of Contact
Zachary A. Tripp, Phone: 7221732, Michael J Demers, Phone: 919-722-1753
 
E-Mail Address
zachary.tripp@seymourjohnson.af.mil, michael.demers@seymourjohnson.af.mil
(zachary.tripp@seymourjohnson.af.mil, michael.demers@seymourjohnson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-58. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Small Business set-aside. This is a firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-12-Q-0001. The NAICS code 238330 applies to this solicitation. The size standard is $14 M. The item description is as follows: CLIN 0001: Provide and install carpet in accordance with the Statement of Work (SOW) Unit: Lump Sum Qty: 1 Unit Price: tiny_mce_marker ____________ Total Price: tiny_mce_marker _____________ STATEMENT OF WORK 1. SCOPE: The work covered by these specifications consists of furnishing all plans, quotes, labor, equipment, materials, and transportation necessary in performing all operations to purchase and install 2'x2' carpet tiles for the second floor of the 916 ARW HQ Building. Areas to be carpeted will include all presently carpeted areas of the 2nd floor with the exception of the Command Section. Total square footage required is approximately 5196 square feet. Carpet tile color should approximately match the color of the carpet in the Command Section, and hallway leading from the Command Section to the hallway leading from the 916 ARW Conference Room. Contractor will be responsible for any and all measurements pertaining to contractor supplied material or parts, to include carpet and other installation supplies. 2. LOCATION: This work will be done at Seymour Johnson AFB NC, 2nd floor of Bldg 4814, 1195 Blakeslee Ave. 3. WORK WEEK: Monday through Friday, 7:30 AM to 4:30 PM. Any deviation shall require the approval from the Contracting Officer. 4. WORKMANSHIP: All workmanship will comply with standard trade practice. 5. CLEANING: Contractor shall keep the work site free from accumulation of waste materials. All waste generated by any work under this contract shall be handled, transported, stored, and disposed of off Base by the contractor in accordance with all applicable Federal, State, and local laws. Daily and upon completion of this contract, the contractor shall leave the work site and premises in a clean, neat condition, satisfactory to the Contracting Officer or his representative. 6. PROTECTION OF FACILITY: The contractor shall be responsible for protection of grounds, buildings, and equipment thereto while performing services called for in this contract. 7. WARRANTY: Contractor will guarantee all material and workmanship for a period of 1 year from completion of work. 8. ORDER OF WORK: Contractor shall remove and dispose of existing carpet and install new carpet tiles. Contractor shall provide all necessary supplies to include floor patch, reducer, seam sealer, adhesive, bases as required for type of carpet/flooring, etc. Contractor shall remove and dispose of existing carpet off base according to state and local laws. Contractor will move furniture and wall partitions from the areas to be carpeted and return furniture and partitions after carpet has been installed. (furniture will not leave the building unless the contractor provides its own storage container to store the furniture) Contractor shall procure carpet similar to existing quality and color to match area on 2nd floor not to be carpeted. Style of tiles being requested is ‘No Limits' Tile, style part J0108, color Abundance 69501 or equal. Time line will be agreed to allow for scheduling occupants during removal and installation of carpeting. Government is responsible for disconnecting and moving computers and moving books, personal effects, small items, etc. from equipment, desktops, bookshelves, etc. 9. SITE VISIT: SITE VISIT: ONLY ONE SITE VISIT WILL BE HELD. All prospective bidders must accomplish a visual site survey for actual scope of work prior to placing bid. A site visit will be scheduled on 7 May 2012 at 10:00 AM at the 4th Contracting Squadron, 1600 Wright Brothers Avenue, Seymour Johnson AFB NC 27531. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price and other factors most advantageous to the government. 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 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.204-8 Annual Representations and Certifications, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.211-6 Brand Name or Equal, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post Award Small Business Program Re-representation, FAR 52.222-3 Convict Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.22-26 Equal Opportunity, FAR 52.222-36 Equal Opportunity, FAR 52.222-41 -- Service Contract Act of 1965, as Amended, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23140 - Carpet Layer WG-08, $18.88 23470 - Laborer WG-02, $12.36 Wage Determination No: 2005-2393, Rev 12, Dated 06/13/2011 FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification, FAR 52.237-1 Site Visit, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. FAR 52.247-34 F.O.B. - Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil). FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.203-7005 Representation Relating to Compensation of Former DOD officials, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Alternate A Required Central Contractor Registration, DFARS 252.204-7008 Export Controlled Items, DFARS 252.204-7011 Alternative Line Item Structure, DFARS 252.209-7999 Representation by Corporations Regarding an unpaid Delinquent Tax Liability or a Felony conviction under any federal law (Deviation 2012-O0004), DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report. AFFARS 5352.201-9101 Ombudsman. Primary Point of Contact is A1C Zachary Tripp at (919) 722-1732 and Alternate is A1C James Pitcher at (919) 722-1727. Mailing address for quotes is 1600 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT 10 May, 2012 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5424. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Federal Business Opportunities website only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-12-Q-0001/listing.html)
 
Place of Performance
Address: 916 ARW/HQ Seymour Johnson AFB NC 27534., Seymour Johnson AFB, North Carolina, 27534, United States
Zip Code: 27534
 
Record
SN02735888-W 20120503/120501235925-6e98fb6f628365705264ef54ce2cc488 (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.