Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2004 FBO #0922
SOLICITATION NOTICE

72 -- Carpet and Ceramic Tile

Notice Date
6/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
314110 — Carpet and Rug Mills
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Kings Bay Det, 930 USS Hundley, Bldg 2012 Naval Submarine Base, Kings Bay, GA, 31547
 
ZIP Code
31547
 
Solicitation Number
Reference-Number-N4480A04RC001CH
 
Response Due
6/18/2004
 
Archive Date
7/3/2004
 
Point of Contact
Nina Miller, Purchasing Agent, Phone (912) 673-2001 x6963, Fax (912) 673-2191,
 
E-Mail Address
Nina.Miller@navy.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. The Solicitation Number N4480A04RC001CH is issued as a request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-19. This solicitation is One Hundred percent Small Business Set-Aside. NAICS 314110. The Navy Supply Corps School, Athens, GA, request Carpet and Ceramic Tile installation to eight (8) Family Housing Units. Arrangements for a Site visit can be arranged if requested by potential bidder. Bidders requiring site visit must contact Nina A. Miller, Contracting Officer, 912-573-6963. The Scope of Work is as follows: Provide materials and labor to install ceramic tile and carpet in 8 housing units, totaling 985 square yards of carpet and 3,252 square feet of ceramic tile. In addition, removing and installing 1160 linear feet of wood base and molding. The specific time and date for installing each unit will be determined by the Government, not to exceed twelve months from the date of award of purchase order. Vendor will prepare existing flooring in each unit to receive vinyl backed carpet squares. The floors will be cleaned, and primed prior to carpet being installed. All minor deviations in floor will be patched as to allow even carpet installation. Walls will be prepared to allow installation of carpet base. This includes any removal of existing base, preparation of surfaces to remove any rough edges prior to priming areas for new carpet base. Includes minor preparation to fill any cracks and holes that would prevent proper adhesion of carpet base. One quarter inch carpet base top cap will be mounted to wall with adhesives and staples, to house the wall base and provide a smooth seamless line. Wall areas will be prepared and minor deviations repaired allowing proper attachment to walls. Leveling of floors for ceramic tile installation includes cleaning and priming surfaces and applying floor leveler compound to ensure floor surface is properly leveled prior to laying ceramic tiles. Leveling compound also fills chips and cracks in existing VCT tile. Installation of broadloom carpet on stairways, utilizing rolled carpet goods in 6 foot widths, the carpet is cut, bonded on end and sides, then centered and adhered to stairways. The stair surfaces are cleaned and primed prior in adhering carpet. The use of C46E Primer is to prime all areas to receive carpet, and is a process prescribed by carpet manufacturer. MSDS sheets must be made available on request. Ceramic tile will be installed in designated areas, with the floors being cleaned, leveled, prior to the installation of thin-set, tiles and grout being applied. Removal and installation of wood base board and shoe molding. Will remove all old wood base boards and shoe molding, sand and prepare all surfaces for installation of new base board and molding. All molding will be painted to match existing paint scheme. Color is base beige and pre-selected and approved by the Government. The project includes the removal of all debris associated with work and clean-up. The following Provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, and Citing: 52.219-6, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, and 52.222-42. 252.204-7004 Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition Of Commercial items, and Citing:252.225-7001. Offers are Due by close of business on 18 Jun 2004. and may be faxed to 912-573-2659 or email to nina.miller@navy.mil. The Government reserves the right to award “All or None”. (See Numbered Note 1). NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N688362/Reference-Number-N4480A04RC001CH/listing.html)
 
Place of Performance
Address: Naval Supply Corps School Athens, GA
Zip Code: 30606
 
Record
SN00597059-F 20040605/040603213205 (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 |
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.