Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2004 FBO #1014
SOLICITATION NOTICE

N -- Blanket Purchase Agreement(s) for Carpet Installation Services at Offutt AFB, Nebraska

Notice Date
9/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-04-T-0191
 
Response Due
9/13/2004
 
Archive Date
10/15/2004
 
Point of Contact
Stacy Mazurek, Contract Specialist, Phone 402-232-5943, Fax 402-294-4069, - Jean Hinton, Contract Specialist, Phone 402-294-2804, Fax 402-294-4069,
 
E-Mail Address
stacy.mazurek@offutt.af.mil, jean.hinton@offutt.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Blanket Purchase Agreements for carpet installation services at Offutt AFB, Nebraska prepared in accordance with the format in Federal Acquisition Regulation, Part 12. This announcement constitutes the only solicitation; quotations are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 238330. The small business size standard is $12.0M. Services shall include removal and installation of carpet, vinyl edging and base; patching, repair, and restretching of carpet; installation of vinyl composition and rubber tile; and related tasks as listed in the price list below. Department of Labor Service Wage Determination No. 94-2325, Revision 28 is applicable to all calls placed on this BPA. All carpet installation shall comply with Section 10 of the Engineering Technical Letter (ETL) 03-3: Air Force Carpet Standard, dated 16 Apr 03. This letter could not be posted due to its format?if you desire a copy, please contact Stacy Mazurek by e-mail at stacy.mazurek@offutt.af.mil. The vendor shall furnish all personnel, equipment, tools, materials, supervision and other items or services necessary to perform tasks as described below, if and when requested by the Contracting Officer or his authorized representative(s). Period of Performance is 20 Sep 2004 ? 19 Sep 2009. The Government anticipates awarding up to three (3) separate Blanket Purchase Agreements (BPAs). Each individual BPA call limit is $25,000; the BPA Master Dollar Limit is $250,000.00. The vendor must have the capability of accepting the Government Purchase Card (GPC) as a method of payment for individual calls. The price list below will be effective for a period of one year (unless otherwise annotated) and will be incorporated as part of the BPA. A new price list will be requested from the vendor on an annual basis. EVALUATION OF AWARD: The estimated quantities in the price list below are listed for evaluation purposes only and do not reflect any guarantee or actual estimation of the quantities that will be ordered against this BPA. The ?Grand Total? price of all of the CLINS will be used as the only basis for award. No partial quotes will be considered. The contractor must be registered in the Central Contractor Registration (CCR) prior to award. If not already registered in CCR, go to www.ccr.gov to register prior to submitting a quote. The contractor shall also ensure their CCR reflects the NAICS code indicated for this solicitation. The FAR clause 52.204-7, Central Contractor Registration applies to this acquisition along with 52.209-6, Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1, Instructions to Offerors?Commercial Items; FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, Alternate I; 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 (Deviation); 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Law; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 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; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.223-3, Hazardous Material Identification and Material Safety Data; 52.228-5, Insurance ? Work on a Government Installation; 52.232-36, Payment by Third Party; 52.232-37, Multiple Payment Arrangements; 52.233-3, Protest After Award; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.246-1, Contractor Inspection Requirements; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.252-5, Authorized Deviations in Provisions; and 52.252-6, Authorized Deviations in Clauses. The following DFARS clauses also apply to this acquisition: 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Required Central Contractor Registration, Alternate A; 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card; and 252.247-7023, Transportation of Supplies by Sea, Alternate III. The following AFFARS clauses also apply to this acquisition: 5352.223-9001, Health and Safety on Government Installations; and 5352.242-9000, Contractor Access to Air Force Installations. Quotes may be e-mailed to Stacy Mazurek at stacy.mazurek@offutt.af.mil or faxed to (402) 294-4069. Address any questions to Stacy Mazurek at (402) 232-5943 or to the e-mail address above. Quotes are due NLT 1600 hours local time on 13 Sep 04. Vendors are advised to monitor this website for any updates and/or changes. The PRICE LIST/SCHEDULE consists of the following contract line items (CLINs). Vendors are reminded that the estimated quantities are listed for price evaluation purposes only. Please provide unit and total costs for each CLIN along with a grand total cost for all the CLINS (at the estimated quantities) that will be used for evaluation purposes. CLIN 1 - Remove rolled carpet installed by glue-down method, Est Qty - 3,000 Sq Yd; CLIN 2 - Remove carpet tile installed by glue-down method, Est Qty - 2,000 Sq Yd; CLIN 3 - Remove carpet and pad installed by tackless method, Est Qty - 6,000 Sq Yd; CLIN 4 - Dispose of removed carpet/pad, Est Qty - 11,000 Sq Yd; CLIN 5 - Install 6' roll carpet with composite backing by glue-down method. (Adhesive furnished by Contractor), Est Qty - 1,000 Sq Yd; CLIN 6 - Install 12' roll carpet with jute backing by glue-down method. (Adhesive furnished by Contractor), Est Qty - 2,000 Sq Yd; CLIN 7 - Install carpet tile by glue-down method. (Adhesive furnished by Contractor), Est Qty - 2,000 Sq Yd; CLIN 8 - Install carpet and pad by tackless method, include cutting and seaming. (Tack strips furnished by Contractor as required.), Est Qty - 6,000 Sq Yd; CLIN 9 - Moving of normal office furniture by Contractor, Est Qty - 6,000 Sq Yd; CLIN 10 - Trim carpet and place under base, Est Qty - 11,000 Lin Ft; CLIN 11 - Install vinyl door edging, Est Qty - 80 Lin Ft; CLIN 12 - Install metal door edging, Est Qty - 80 Lin Ft; CLIN 13 - Remove vinyl base, Est Qty - 8,000 Lin Ft; CLIN 14 - Install 4 inch vinyl base. (Supplied by Contractor.), Est Qty - 7,500 Lin Ft; CLIN 15 - Install 4 inch vinyl base. (Supplied by End-user.), Est Qty - 500 Lin Ft; CLIN 16 - Install carpet borders (12 inch, 9 inch, 6 inch, 4 inch) by glue-down method (PER BORDER INSTALLED), Est Qty - 900 Lin Ft; CLIN 17 - Install carpet borders (12 inch, 9 inch, 6 inch, 4 inch) by tackless method (PER BORDER INSTALLED), Est Qty - 500 Lin Ft; CLIN 18 - Install carpet by double glue-down method over pad. (Adhesive furnished by Contractor), Est Qty - 2,000 Sq Yd; CLIN 19 - Install carpet on stairs, risers and treads by tackless method, Est Qty - 2,500 Lin Ft; CLIN 20 - Install carpet on stairs, risers and treads by glue-down method. (Adhesive furnished by Contractor), Est Qty - 2,500 Lin Ft; CLIN 21 - Install indoor/outdoor carpet on wood/concrete porches. (Adhesive furnished by Contractor), Est Qty - 500 Sq Yd; CLIN 22 - Install indoor/outdoor carpet on stairs, risers and treads using glue-down method. (Adhesive furnished by Contractor), Est Qty - 200 Lin Ft; CLIN 23 - Major floor preparation with fill materials furnished by Contractor, Est Qty - 250 MH; CLIN 24 - Vacuum carpeted areas after installation (to be free from carpet trimmings), Est Qty - 11,000 Sq Yd; CLIN 25 - Patching and repair of installed carpet not covered under warranty, Est Qty - 40 MH; CLIN 26 - Restretching of carpet previously installed by tackless method over pad not covered by warranty, Est Qty - 2,000 Sq Yd; CLIN 27 - Install vinyl stair nosing. (Nosing and adhesive furnished by Contractor.), Est Qty - 2,500 Lin Ft; CLIN 28 - Remove vinyl/rubber composite flooring (includes 9 inch X 9 inch, 12 inch X 12 inch, and 36 inch X 36 inch tiles and Endura flooring), Est Qty - 6,000 Sq Ft; CLIN 29 - Install vinyl composite tile. (Adhesive furnished by Contractor.), Est Qty - 2,000 Sq Ft; CLIN 30 - Install rubber tile (i.e. Endura tile or equal). Government furnished tile and adhesive., Est Qty - 2,000 Sq Ft; CLIN 31 - Install Government furnished linoleum with adhesive furnished by Contractor, Est Qty - 2,000 Sq Ft; CLIN 32 - Transport material from Civil Engineering holding area to work location, Est Qty - 150 Hr.
 
Place of Performance
Address: Offutt AFB, Nebraska
Zip Code: 68113
 
Record
SN00665275-W 20040905/040903211929 (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.