MODIFICATION
83 -- Purchase & Install Carpet in Building 528
- Notice Date
- 9/10/2004
- Notice Type
- Modification
- NAICS
- 314110
— Carpet and Rug Mills
- Contracting Office
- Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
- ZIP Code
- 62225-5015
- Solicitation Number
- Reference-Number-F7390042370400
- Response Due
- 9/20/2004
- Archive Date
- 10/5/2004
- Point of Contact
- Cindy Showers, Contract Specialist, Phone 618-256-9250, Fax 618-256-5237, - Terry Whited, Contract Specialist, Phone (618)256-9289, Fax (618)256-2652,
- E-Mail Address
-
cindy.showers@scott.af.mil, terry.whited@scott.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- i) 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; Request For Quotation (RFQ) is being requested and a written solicitation will not be issued. (ii) The reference number is F7390042370400 and is a combined synopsis/solicitation for the purchase and install of carpet for Building 528 according to the Statement of Work and attached drawing at Scott AFB, IL. This is 100 percent set aside for small business. The solicitation can be viewed at http://www.eps.gov/ (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24 effective 19 Jul 2004. (iv) The associated North American Industry Classification System (NAICS) code is 314110 and the small business size standard is 500 employees. (v) The solicitation package includes the Request For Quotation (RFQ). (vi) Offers shall be ranked according to price. An offers proposed prices shall be determined by multiplying the quantities identified in the RFQ by the proposed unit price for each Contract Line Item to confirm the extended amount for each. Finally, if the lowest priced offer that meets the requirements specified in the Request for Quotation shall be made to that offeror without further consideration of any other offers. (vii) STATEMENT OF WORK FOR CARPET REPLACEMENT AT BLDG 528 CONFERENCE ROOM, COMMAND SUITE, HALLWAYS, OFFICES, AND CUSTOMER SERVICE 2 AUGUST 2004. Description of Work: The work consist of furnishing all labor, materials, services, supervision and equipment necessary to accomplish, but not limited to, the following: a) Contractor shall site verify any and all dimensions and/or existing site conditions prior to the commencement of work. Commencement of work shall begin within five (5) calendar days upon the receipt of the Notice to Proceed issued by the Contracting Officer and complete work in 21 calendar days. b) Contractor shall comply with all applicable OHSA safety regulations including all applicable provisions of the Corps of Engineers Manual, EM 385-1-1, entitled ?General Safety requirements,? and Air Force regulations and directives pertaining to security, safety, fire, traffic, and personnel clearances insofar as they pertain to the contractor?s activities on Scott Air Force Base. Contractor shall brief all sub-contractors on all safety and fire prevention regulations. c) The contractor shall provide all materials, equipment, and labor necessary to furnish and install broadloom carpet. The carpet shall be installed in bldg 528, command suite 701 Hangar Road Scott Air Force Base, IL. d) The contractor shall furnish and install broadloom carpet and 24? broadloom carpet border in bldg 528, main conference room. e) The contractor shall furnish and install carpet tile in bldg 528 hallways, offices, and customer service area. f) The contractor shall remove the existing carpet tile by stripping or other approved method and the disposal shall be at an off-base site. g) The contractor shall make sure the floor area to be carpeted is clean prior to new carpet installation. The contractor shall perform minor repairs as needed to concrete floor surface. h) The contractor shall install the carpet using the direct glue down method with manufacturer?s recommended self-releasing adhesive. The contractor shall provide this adhesive and provide Civil Engineering Environmental CEV with asbestos free MSDS for the adhesive. i) The contractor shall move all furniture and conference tables and chairs from the areas to be carpeted. The furniture and conference tables and chairs will be returned to there original location after the carpet is installed. In customer service and office area system furniture shall be jacked up and lowered for carpet tile installation. j) The Civil Engineering POC for this project is William K Scott, Maintenance Engineering, (618) 256-4213. CARPET SPECIFICATIONS Broadloom Carpet (Command Section) Brand: Mannington Commercial Carpet (Brand Name or equal) Style: Slow Dance III Color: Atlantis (ATLA) Construction: Cut/Loop Pattern Fiber: 100% Monsanto Ultron Premium Nylon 6.6 fiber with 3M Commercial Protector Gauge: 5/64 Tufted Yarn Weight: 50 Ounces Per Square Yard Pile Thickness: .166 Stitch Rate: 11.67 Per Inch Pattern Repeat: 3-3/4? inches x 4 inches Primary Backing: 100% Woven Polypropylene Secondary Backing: 100% Woven Polypropylene Width: 12' Sizes: 32? x 13? 15?8? x 9?2? Broadloom Carpet (Main Conference Room Border) Brand: Design weave (Brand Name or equal) Pattern: Crown Jewel Z6309-00776 Marina Construction: Dense Tufted Cut Pile Average Pile Weight: 42 Ounces Per Square Yard Fiber: Solutia LXI High Performance Nylon Gauge: 5/64 Average Pile Height: .250 " Average Pile Density: 6,048 Primary Backing: Reinforced Woven Polypropylene Stitches Per Inch: 11.67 Secondary Backing: Action Bac Broadloom Carpet (Main Conference Room) Brand: Trovata Carpets (Brand Name or equal) Pattern: Venice 987-779 Construction: Tip Sheared Loop Over Loop Average Pile Weight: 34 Ounces Per Square Yard Fiber: Monsanto LXI Yarn Dyed Nylon Gauge: 3/32 Average Pile Height: .218? High - .125? Low Average Pile Density: 7,158 Primary Backing: Woven Polypropylene Stitches Per Inch: 15.0 Secondary Backing: Action Bac Pattern Repeat: 18?W x 36?L Sizes: 32?4? x 15? Carpet Tile (Hallways, offices, and Customer Service) Brand: Lees (Brand Name or equal) Pattern: DV186 Style: Workforce Color: 417 Mirage Face Yarn: Antron Legacy Nylon with DuraTech Soil Protection by DuPont Sizes: 36?9? x 13?4 28? x 3?6 37?2? x 13? 7?6? x 5?5 5?2? x 4?2 21? x 12? 6?7? x 9?8 123?6? x 3?6 24? x 4?8? 61? x 4 8? x 1?4 11?? x 4?6? 55?6? x 6?9? k) The contractor shall perform the work during non-duty hours from 1700 hours to 0100 hours to minimize disruption to normal operations in the functional areas involved. l) The contractor shall NOT remove existing wood baseboard. The new carpet is to be tucked underneath the existing wood baseboard. The contractor shall NOT remove existing vinyl cove base. The new Carpet is to be tucked underneath the existing vinyl cove base. The contractor shall install metal carpet bar at door openings, if required. m) All documents related to the disposal of hazardous material. Must be supplied to this office and to the 375th Civil Engineer Squadron, Environmental Flight (375 CES/CEV), ext. 256-2092. The contractor must obtain the proper documents from 375 CES/CEV to ensure all materials leaving Scott AFB can be tracked and accounted for, in accordance with all governing laws. n) Under the 1992 Clear Air Act, all products used in executing this project must not be related to the class I Ozone Depleting Chemicals identified in the Air Force Policy. The following products are consider Class I ODC?s; CFC-11, CFC-12, CFC-113, CFC-114, HALON 1211, HALON 1301, HALON 2402, CFC-13, CFC-111, CFC-112, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215,CFC-216, CFC-217, Carbon Tetrachloride, and Methyl Chlorlform. 2) Field Conditions: The contractor shall be responsible for all field measurements to accomplish work. Quantity and sizes of materials shall be determined from site visits and/or sketches. The contractor shall carefully examine the entire site and building and shall make all necessary investigations to become thoroughly aware of the existing conditions and all difficulties involved in the completion of the work in accordance with the contract documents. 3) Cleanup: The contractor shall cleanup each work site at the end of each day to the satisfaction of the Contracting Officer. Upon completion of the work, all construction equipment and debris shall be removed from the site and the area shall be left in a neat and completely acceptable condition as required by the General Provisions. 4) Specifications: All work shall be performed in strict accordance with all local, state, and national Building and Life Safety codes. FAR 52.211-6 applies Brand Name or Equal (Aug 1999)(a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must?(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by?(i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.(c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. 5) The Contractor shall coordinate all work with the Contracting Officer or the designated Contract Construction Inspector. The Contractor shall notify the Contracting Officer or the Contract Construction Inspector five days prior to moving onto the work-site to commence work. He shall again provide notification the day he moves back to the work-site after an interruption of work of two or more workdays? duration. No work shall be preformed without the presence of a full time superintendent on the job site in accordance with the General Provisions of the contract. All work installed without the contractor?s superintendent on the project may be subject to removal at the direction of the Contracting Officer. 6) The Contractor shall obtain the Contract Construction Inspector?s approval prior to turning over completed areas. The request for such approval shall be given with sufficient advance notice to permit an inspection of the area. The contractor shall be permitted to continue the work, in strict conformance with the project drawing and specifications, in the event the Contract Construction Inspector fails to arrive at the project site at the designated time. The Contract Construction Inspector?s approval or inspection does not relieve the contractor of compliance with the project drawing and specifications. 7) The contractor shall employ a full-time superintendent on this project. Full-time means during working hours, whenever contract work is being performed. The superintendents? duties shall include overall management of the project, coordination of subcontractor?s work, liaison with the Contracting Officer and Contract Construction Inspector, and supervision of the common construction items. 8) The Contractor shall provide the Contracting Officer with a 24-hour number or numbers where his authorized representative can be contacted at anytime day or night. This number should be provided prior to beginning the work. 9) Office space required for the Contractor?s operation shall be the responsibility of the Contractor. Any office space to be located on Scott, AFB, must be approved by the Contracting Officer. 10) The Contractor will be allowed to have a storage area at the construction site. The Contracting Officer or the Contract Construction Inspector must approve the location. 11) The Contractor shall be responsible for the general maintenance of the work site and storage area(s) while in his possession. This includes, but is not limited to, 12) Upon completion of the work, all construction equipment and debris shall be removed. The area(s) shall be left in an acceptable condition, approved by the Contracting Officer or Contract Construction Inspector. 13) The contractor shall be permitted to use of utility services (water, electric, and sewer) from the government?s existing system outlets. Temporary utility connections shall be at the contractor?s expense and installation shall be subject to the approval of the Contracting Officer. The Contractor shall provide telephone and other services required for the work. 14) The Contractor shall maintain all work areas free from excess dust to such reasonable degree as to avoid causing a hazard or nuisance to base personnel or surrounding facilities. Approved temporary methods consisting of sprinkling, dust curtain, or similar methods will be permitted to control dust. Dust control shall be performed as the work proceeds and whenever dust is a nuisance or hazard occurs. 15) After the work has been completed, any contractor caused damages to Government-owned structures, facilities, streets, curbs, walks, lawns, etc., shall be properly patched, repaired, or replaced to the complete satisfaction of the Contracting Officer. Any holes, cuts, breakage?s, and damages made in finished surfaces of the area in which work has been accomplished, shall be properly repaired and the disfigured areas then painted over or otherwise repaired and resurfaced in kind to match the existing finishes to the complete satisfaction of the Contracting Officer. 16) All materials and equipment to be removed by the contractor and not reinstalled or recycled under this contract, including debris generated by this project, shall be removed at regular intervals from the site and disposed of off base by the contractor. Off-base disposal of materials shall be in conformance with applicable Federal, state, and local pollution regulations at the contractor?s expense. 17) Warranty items installed under this contract and identified as either a defect or improper installation after acceptance of the item. The contractor shall notify both the Contracting Officer or his designated representative and the Inspector of the date, place, and time that the contractor will be on location to determine the cause of the problem. Response time shall be defined as the time from when the Contracting Officer contacts the contractor until the time the contractor is present at the location of the defect with the appropriate personnel to determine what the problem is and what is necessary to correct the problem or defect. Corrective Action shall be completed within five (5) workdays from the time the contractor visits the location of the defect or improper installation. Where parts are required to correct a defect, corrective action shall be completed within five (5) workdays from the time parts are received. Failure to Respond: If the contractor fails to respond within the time frame indicated above, the government shall declare the contractor non-responsive and shall take all actions necessary to correct the problem with government resources. All costs incurred as a result of the government taking this action shall be properly accounted for and back charged to the contractor. 18) The contractor shall protect from damage all building contents located directly beneath or immediately adjacent to the site work, and shall repair, replace or otherwise be held liable for all such damage. Building contents include, but are not limited to, furniture, equipment, materials, or items of supplies. 19) The Contracting Officer reserves the right to reject or accept any or all of the proposed changes based on completeness, clarity, and other requirements of the specifications. When the contractor requests approval of substitute materials and/or equipment, it shall be understood and agreed that such substitution, if approved, will be made without cost to the government, regardless of changes in connections, spacing, electrical service, and all other appurtenances. 20) References in specifications to any brand name material shall be regarded as establishing a standard of quality and shall not be construed as limiting competition. 21) Materials containing asbestos, transformers containing PCB fluid, and the use of lead based paints or paints containing chromates are prohibited from use in the completion of this project. 22) Ozone Depleting Chemicals, Class I and II listed in Attachment 2 of AFI 32-7080 are to be recovered by the Contractor and returned to the Government. The Ozone Depleting Chemicals may not be sold or given away to private industry unless otherwise specified by the government. In support of national environmental efforts, the Contractor shall recycle all ferrous and non-ferrous metals from the project. The Contractor shall also recycle general administrative refuse associated with this project. The refuse includes cardboard, one gallon mark 1 and 2 plastic bottles, type 1 and 2 plastic soda bottles, aluminum and steel soda cans, and mixed paper. All recyclable material shall be turned into the recycling center. The Base Recycling Center, Building 3286, on South Drive will accept these items Monday through Friday between the hours of 7:00 a.m. and 4:00 p.m. The Telephone number for the Recycling Center is (618) 256-6431. (vii) The clause at FAR 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition. (viii) The clause at FAR 52.212-2, Evaluation -- Commercial Items, (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price and technical capability of the ?or equal? item offered to meet the Government requirement applies to this acquisition. (ix) The clause at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. (x) The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, (Apr 2004) (Deviation) applies to this acquisition. (xii) The clause at FAR 52.204-7 , Central Contractor Registration and Defense Federal Acquisition Regulation Supplement (DFARS) 252.204-7004 Alt A, Required Central Contractor Registration applies to this acquisition. (xiii) The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. (xiv) The clause at DFARS 252.225-7001 Buy American Act and Balance of Payments Program applies to this acquisition. (xv) RFQ is due to the 375th Contracting Office by 1:00 p.m. CST on Friday, 17 Sep 2004. The RFQ may be faxed to the attention of Thaddeus Willoughby 618-256-9300 or e-mail Thaddeus.Willoughby@scott.af.mil. Late quotations WILL NOT be accepted. (xvi) All responsible sources may submit a quotation, which shall be considered by the Agency. (xvii) Contract award cannot be made to any contractor who is not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov/. (xviii) The Small Business Specialist at Scott AFB IL is Mr. Garth Sanginiti. He can be reached at (618) 256-9322. A link to the USAF Small Business is http://www.selltoairforce.org and a link to SBA is http://www.sba.gov (xix) If you have any questions on the request for quotation, please contact Thaddeus Willoughby at (618) 256-9300 or Cindy Showers at (618) 256-9250.
- Place of Performance
- Address: 701 Hangar Road, Scott AFB, IL
- Zip Code: 62225-5035
- Country: U.S.
- Zip Code: 62225-5035
- Record
- SN00670008-W 20040912/040910212351 (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 |