SOLICITATION NOTICE
Z -- FLUID-APPLIED RESILIENT (RESINOUS) FLOORING
- Notice Date
- 4/22/2004
- Notice Type
- Solicitation Notice
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fcp), U.S. Coast Guard Training Center Cape May, Administration Building Room 212A, Cape May, NJ, 08204-5092
- ZIP Code
- 08204-5092
- Solicitation Number
- HSCG42-04-Q-QNT162
- Response Due
- 5/14/2004
- Archive Date
- 5/29/2004
- Point of Contact
- Shirley Green, Contracting Officer, Phone 609-898-6342, Fax 609-898-6811, - James Dwyer, Contracting Officer, Phone (609)898-6452, Fax (609)898-6811,
- E-Mail Address
-
sgreen@tracencapemay.uscg.mil, jdwyer@tracencapemay.uscg.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The request for quotation number is HSCG42-04-Q-QNT162. This procurement is 100% set-aside for small business concerns. North American Industry Classification System (NAICS) code is 238330 and size standard is $12 million. Estimated price range is below $25,000. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22. The following provides the Statement of Work: U. S. COAST GUARD TRACEN CAPE MAY 1 MUNRO AVE CAPE MAY NJ. 08204 SEAMANSHIP BUILDING 285 Approx 820 Sq Ft of decking 14 APRIL 2004 STATEMENT OF WORK FLUID-APPLIED RESILIENT (RESINOUS) FLOORING REF: (a) MIL-Spec MIL-D-24613 Type III OR 1. ASTM D-2047 Slip-resistance properties 2. ASTM C-501 Abrasion Resistant 3. ASTM D-2794 Impact Resistant 4. ASTM D-4541 Adhesion Strength 5. ASTM E-84 Flame Spread 6. ASTM D-570 Flammability PART 1 ? GENERAL 1.1 SCOPE: The work includes the furnishing of all materials, equipment, supplies, tools, supervision, services, and the performance of all operations necessary or incidental to the setting of all fluid-applied flooring work in TRACEN Seamanship building 285 as specified herein. The work also includes ensuring the proper preparation of the surface to receive the flooring materials and the added materials needed for transitioning the decking material into bordering dissimilar flooring applications. 1.2 MAINTENANCE DATA AND INSTRUCTIONS: Upon completion and prior to acceptance of the work, the Contractor shall furnish the Government with 2 copies of the manufacturer?s recommended maintenance methods and procedures. 1.3 COLOR SELECTIONS: Provide one set of the manufacturer?s color chips for contracting officer or designated representative?s selection. 1.4 PRODUCT DELIVERY AND STORAGE: Materials shall be delivered to project site in manufacturer?s original, unopened containers with labels indicating brand names, colors and patterns, and quality designations legible and intact. 1.5 SUBMITTALS: Within 5 days of Notice of Award/Notice to Proceed, the contractor shall submit material data sheets for review and approval to the contracting officer. 1.5.1 Coordination: All project work coordination shall be accomplished through Training Center Seamanship Staff BM1 Robert Wheat or CWO4 Dave Foley at (609) 898-6550/6904 such that all tenant impacts and disruptions by work in the proposed areas may be coordinated. After Notice of Award/Notice to Proceed is granted, contractor shall provide at least one week?s notification to above stated personnel prior to commencement of work. 1.5.2 Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and methods needed for proper performance of this work. 1.5.3 Working hours (restrictions): The work shall be performed between 0715-1630 Monday thru Friday. 1.5.4 Disposal: All debris and rubbish generated by the work shall become the property of the contractor and shall be removed from the site and properly disposed of in accordance with State and local regulations. 1.5.5 Drawings: The attached floor plan is part of this task order and shall accompany this specification. The specification shall govern where differences occur. The drawings are illustrative in nature, and they do not show all details required for the successful completion of this task order. The contractor shall be responsible for furnishing a complete operational system in accordance with the referenced standards. 1.5.6 The Coast Guard is responsible for moving of all furniture and equipment prior to the start of project work. The Coast Guard will also remove (strip) wax off of linoleum tile and will remove and then replace the vinyl dados in the passageway and locker room. 1.5.7 The contractor is responsible for final preparations of decking surface. 1.5.8 The contractor is responsible for providing and applying all transitioning materials into adjoining decking and drainage systems. 1.5.9 The contractor shall be responsible for protecting the surfaces of the wooden oak dados and molding in the lobby. PART 2 PRODUCTS 2.1 FLOOR COVERING MATERIALS: All materials used in the installation of the fluid-applied flooring shall be components of an approved manufacturer?s epoxy flooring system as regularly provided as a package system, or shall be the standard items of manufacturers as recommended by the flooring manufacturer for the specific use, and as regularly applied in the installation of the flooring for the specific conditions of the job. 2.1.1 Fluid-applied Flooring: Shall be solvent free, smell free, non-hazardous 2-part epoxy, using aggregate for color and designed for application directly to linoleum surface. Shall be compatible with UV stabilized, premium quality, and low-viscosity resin used as a clear coat finish. Shall be at least 1/16 inch thick. 2.1.1.1 Color and Pattern: The color and pattern of the flooring system shall be uniformly distributed throughout the thickness of the flooring system. All aggregate shall be of the same type, pattern, and color shall be of the same production run and shall be so marked. Variations in shades and off-pattern matches between containers will not be acceptable. Flooring in any one continuous area or that used in replacement of damaged flooring in a continuous area shall be from the same lot and have the same shade and pattern. The Contracting Officer or her designated representative shall choose color for use in this project at the time of material submittal approval. PART 3 EXECUTION: 3.1 SURFACE PREPARATION: 3.1.1 Fluid-applied Flooring; shall be applied only after adequate preparation and removal of existing floor waxes. The government will strip ?most? of the current wax finish off of tile flooring. The contractor will be required to complete final preparations to ensure floor is prepared in accordance with flooring manufacturer?s recommendations to meet all of the manufacturer?s installation and warranty requirements 3.2 CLEANING AND PROTECTION: 3.2.1 CLEANING: On completion, flooring system shall be completely cleaned of any and all stains, dirt or other discoloration, in strict accordance with the manufacturer?s printed instructions. +++ END OF SECTION +++ Contractor shall provide price quotes and technical data sheets for the project work stated herein. The required project completion date shall be 30 days after notice of award. The award will be a firm, fixed-price order and will be awarded utilizing Simplified Acquisition Procedures. Inspection & Acceptance will be conducted at the destination. The following FAR Clauses/Provisions apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (incorporating the following FAR clauses by reference: 52.222-3 Convict Labor, 52.233-3 Protest after Award, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports, 52.222-25, Affirmative Action Compliance, 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.225-1 Buy American Act-Supplies, 52.225-13 Restriction on Certain Foreign Purchases, 52.204-7 Central Contractor Registration, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Full text of FAR clauses and provisions can be accessed electronically at the following address: www.arnet.gov. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the government. Offerors responding to this announcement must include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Contractors shall also submit a reference list stating past performance information. Past performance information shall include recent and relevant contracts for the same or similar products or services and other references (including contract numbers, points of contacts with telephone number and other relevant information). Offerors shall furnish this information for at least three contracts, ongoing or completed within the last three years, for like or similar services held with the U.S. Coast Guard, other Government agencies or private industries. Responses shall also include the following information: Company Name; Company Address; Point of Contact; Phone number and E-mail address; business size and disadvantaged, 8(a) status; Commercial and Government Entity (CAGE) code; Data Universal Numbering System (DUNS number); Tax Identification Number; and Central Contractor Registration (CCR) status. If a change occurs in this requirement, only those offerors that respond to this announcement within the required timeframe will be provided any changes/amendments and considered for future discussions and/or award. The government intends to award an order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation that will be most advantageous to the government, price and other factors considered. The government reserves the right to evaluate compliance/conformance with specifications as indicated and make a best value decision. This could result in award to other than the lowest price offer. All responsible sources may submit an offer which will be considered by the agency. All potential sources must obtain a DUNS number and register in the Central Contractor Registration (CCR) in order to transact business with the United States Coast Guard. CONTRACTOR?S MAY REGISTER ON-LINE AT HTTP://WWW.CCR.GOV/ Failure to obtain a DUNS number and to register in the CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered in the CCR at the time of award. All written offers along with the above required completed clauses/provisions must be submitted and received at this office on or before 14 May, 2004 at 3:00 PM eastern time. Send all written proposals to the following address: Contracting Officer, U.S. Coast Guard Training Center, Administration Bldg Room 212A, Cape May, NJ 08204-5095, Attn: Shirley Green. Quotes may be faxed to (609) 898-6811. Please direct all technical questions regarding this procurement to CWO Dave Foley at (609) 898-6904 or Dfoley@tracencapemay.uscg.mil This is NOT a sealed bid advertisement, and proposals will NOT be publicly opened.
- Place of Performance
- Address: United States Coast Guard, Training Center, 1 Munro Ave, Seamanship Building #285, Cape May, New Jersey
- Zip Code: 08204
- Country: USA
- Zip Code: 08204
- Record
- SN00570747-W 20040424/040422211525 (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 |