MODIFICATION
72 -- Furnish and Install Carpet
- Notice Date
- 8/12/2003
- Notice Type
- Modification
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- USZA92-03-T-0046
- Response Due
- 8/22/2003
- Archive Date
- 9/6/2003
- Point of Contact
- Ella Porter, Contract Specialist, Phone 910-432-1503, Fax 910-432-9345,
- E-Mail Address
-
portere@soc.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of the modification is to add the following changes: Proposed carpet shall be made from olefin, with a tight loop, snag resistant, no less than 26 ounce and protected by Scotchguard or equal. Sample of proposed carpet shall be no less than 18 inches x 24 inches. Samples will be returned to the contractor after evaluation if requested. The lineal footage of vinyl cove base required for this solicitation is 958 LF for the basement, 505 LF for the first floor, 372 LF for the second floor, and 372 LF for the third floor for a total of 2207 LF. A vinyl threshold shall be placed whenever there is a transition from the new carpet to tile or new carpet to vinyl. A total of 62 each, 36 inch thresholds, 1 each 72 inch threshold, and 1 each 42 inch threshold are required for the transition. The contractor shall be responsible for all measurements of carpet. The contractor shall provide a double cut seam when the new carpet meets the old carpet. Carpet shall be installed with minimal seams. Carpet may be seamed under the water fountains. No piecing of carpet. On the first floor, section B, there will be three diamonds replaced instead of four as discussed in the site visit. Following award, the successful contractor shall provide a detailed schedule of installation of carpet. The target date is changed to the following: The target start date for this project is four weeks after receipt of award. The statement ?The contractor shall not perform contract work during other times without the written approval of the contracting officer.? is deleted in its entirety from the solicitation. The contractor is responsible for removing and disposing of all trash to include the carpet removed. The government will provide a site for a dumpster and storage container. Rental of the dumpster and storage container is at the contractor?s expense. The following is added to FAR 52.212-2, Evaluation of Commercial Items. Contractor shall provide representation of design, how the contractor proposes the transition of the new carpet to the old carpet. The representation of design can be written, a drawing of the transition provided, or both. Submit a course of action for the layout of carpet, how you propose installing the carpet, where you propose starting the installation, how long you propose completion of each floor. All carpet removed shall be replaced before the next workday on the first through the third floors. Carpet removed in the basement shall be replaced the same day. Provide a separate proposal for each layout. The following is added to FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items, clause 52.222-41, and 52.222-42, with the following labor category added Carpet Layer, Series 23140, WG 8/2, $15.34 per hour. Wage Determination 1994-2393, Revision 25, dated 5/30/2003 is incorporated into this solicitation and any subsequent award as a result of this solicitation. A copy may be requested by contacting Ella Porter at eporter@soc.mil. Quotes shall be received at HQ, USASOC Attn: AOCO (Ella Porter), Fort Bragg, NC 28310 not later than 2:00 pm ET, 22 August 2003.
- Place of Performance
- Address: Building E-2929, Desert Storm Drive, Fort Bragg, NC
- Zip Code: 28310
- Country: US
- Zip Code: 28310
- Record
- SN00398983-W 20030814/030812214125 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |