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

99 -- Replace Carpet and Cove Base, Bldg 48, Bolling AFB, DC

Notice Date
9/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
Reference-Number-F6000741830500
 
Response Due
9/13/2004
 
Archive Date
9/13/2004
 
Point of Contact
Shon Johnson, Contract Specialist, Phone 202-767-7969, Fax 202-767-7896,
 
E-Mail Address
Shon.Johnson@Bolling.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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 IS AN UNFUNDED REQUIREMENT SUBJECT TO AVAILABILITY OF FUNDS. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Purchase Request No. F6000741830500 is a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24, effective 19 Jul 2004 Class Deviation 2004-0001. The solicitation is 100% Set Aside Service Disabled Veteran Owned Small Business. The NAICS is 238330 and SIC is 1752. Small Business Size Standard is $12M. This solicitation is to remove and replace existing carpet and cove base, building 48, Bolling AFB, DC. Desired start date shall be on/about 24 Sep 2004, FOB Destination, Bolling AFB, DC.. The Government will award a contract resulting from this synopsis/solicitation to the most responsible offeror whose offer conforming to the solicitation will be most advantageous and provides overall best value to the Government. All work shall be done in accordance with established industry standards. The contractor shall provide all personnel, equipment, tools, materials, supplies, supervision and transportation necessary to remove approximately 865 SY and approximately 800 LF of cove base and transition strips as necessary. The contractor shall not be responsible for the removal or reinstallation of furniture and or government equipment. Contractor shall remove existing carpet, transition strips, and cove base, prepare bare floor for installation of new materials; provide and install new carpet, cove base and vinyl sheeting as follows: CARPET: SHAW, STYLE: CAMBRIAN; COLOR: 87551 MIRAGE; COVE BASE: ROPPE, COLOR: P148 BLUE, 4? wide, 1/8? Gauge. Contractor shall provide 10% overage materials for future repair and/or replacement. The contractor shall dispose of all materials removed and any rubbish created as a result of this project. Installation shall be performed in a workmanlike manner and in full compliance with manufacturer?s recommendations to preserve all warranties. Measurements are approximations, CONTRACTOR IS RESPONSIBLE FOR VERIFYING ALL QUANTITIES / MEASUREMENTS AND IS HIGHLY ENCOURAGED TO ATTEND THE SCHEDULED SITE VISIT, INTERESTED VENDORS WILL MEET AT THE BOLLING AFB VISITORS CENTER, SOUTH GATE, BOLLING AFB ON 9 SEPTEMBER 2004 AT 0930. Please submit site visit attendees to POC designated below, prior to noon 8 Sep 2004.INTERESTED VENDORS WHO DO NOT ALREADY HAVE ACCESS TO BOLLING AFB SHOULD ARRIVE EARLY ON THE 9TH TO PROCESS PAPERWORK FOR ACCESS BY 0930. PARTICIPANTS SHALL BE RQUIRED TO PRODUCE A VALID DRIVERS LICENSE, VEHICLE REGISTRATION AND CURRENT PROOF OF INSURANCE IN ORDER TO ACCESS BOLLING AFB. ATTENDEES WILL BE ESCORTED AS A GROUP TO THE WORK SITE WHERE OFFERORS OR QUOTERS ARE URGED AND EXPECTED TO INSPECT THE WORKSITE where the installations are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The contractor is responsible for all field measurements in preparation of their quotes. The Government provided measurements are estimated and are provided for informational purposes only. The Government assumes no liability to their accuracy. Offerors shall obtain their own measurements accordingly. Information provided at this site visit shall not qualify the terms and conditions of the solicitation and or specifications. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, the acknowledgement and receipt of amendments shall be included with offer. Upon request, a record of the site visit will be made available to those attending the site visit. A written Notice of Award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written Notice of Withdrawal is received before award. CLAUSES/PROVISIONS: FAR 212-1, Instructions to Offerors: Commercial items submission of offers (Jan 2004) Submit signed and dated offers to 11CONS/LGCF, ATTN: MS SHON JOHNSON, (FAX 202-767-7896) NLT 1630 13 September 2004. Offers must show (1) Solicitation Number; (2) Time specified for receipt of offers; (3) Name, address, e-mail address and telephone number of offerors; (4) Technical description of items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation; (5) Terms of any express warranty; (6) Price and any discount terms; (7) A completed copy of Representations and Certifications at FAR 52.212-3; (8) Acknowledgement of solicitation amendments (if any); (9) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and substitutions. Offers that are incomplete or that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-2 Evaluation of Commercial Items (Jan 1999). Evaluation factors: technical capability, price, performance and delivery requirements. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2002), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr 2004) (Deviation), applies to this acquisition. These additional clauses are incorporated by reference: 52.211-6 Brand Name or Equal (Aug 1999), 52.225-1 Buy American Act Supplies (Jun 2003), 52-232-33 Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); FAR 52.232-18 Availability of Funds (Apr 1984); FAR 52.242-17 Government Delay of Work (Apr 1984); DFAR 252.204-7004 Required Central Contractor Registration (Nov 2001); DFAR 252.232-7003 Electronic Submission of Payment Requests (Mar 2003), AFFAR 5352.223-9001 Health and Safety on Government Installations (Jun 1997); AFFAR 5352.242-9000 Contractor Access to Air Force Installations (Jun 2002). The Contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force Installation cited in the contract. Contractor personnel are required to wear or prominently display identification badges while visiting or performing work on the installation. The closing date for this solicitation is 1630 13 SEPTEMBER 2004, POC is MS SHON JOHNSON, Contract Specialist, Phone (202) 767-7969, FAX: (202) 767-7896, E-MAIL: shon.johnson@bolling.af.mil.
 
Place of Performance
Address: Bolling AFB, DC 20032
 
Record
SN00665349-W 20040905/040903212142 (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.