SOLICITATION NOTICE
56 -- Demolition, supply and installation of kitchen
- Notice Date
- 9/11/2006
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Region I, 99 High Street, Boston, MA, 02110
- ZIP Code
- 02110
- Solicitation Number
- HSFE01-06-B-0010
- Response Due
- 9/14/2006
- Archive Date
- 9/29/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation prepared in accordance with the format in FAR Subpart 12.6 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Sealed bids are being requested and a written solicitation will not be issued. This is a 100% small business set aside. The NAICS code is 236220. This requirement is subject to the Davis Bacon Wage Rate listed in General Decision MA20030001 dated 09/01/2006 for Massachusetts, Construction Type: Building. The government anticipates making a single award for this requirement. The requirement is for demolition and removal of an existing kitchen, purchase of new cabinets, and kitchen equipment and installation of the same at FEMA Region 1 facility, located at 65 Old Marlboro Road, Maynard, Massachusetts. Contractor shall perform the following tasks, in a workmanlike manner, utilizing dust barriers in the existing kitchen area; removal and disposal of existing kitchen and installation of new cabinetry, counter tops, lunch counter and glass partition. All cabinetry and countertops to be installed in accordance with the scaled drawing dated 06-22-2005. The contractor WILL NOT be responsible for electrical or painting work. The contractor will be responsible for all related plumbing, disconnect existing plumbing and re-connect new sink, new faucet and existing icemaker. Plumbing includes extension of drain line, hot and cold water lines to sink and water line to ice maker. Contractor must supply all materials to complete the requiremetn. Cabinets to be supplied and installed are to be Greenfield custom select cabinetry or equivalent, constructed of hard maple. Joints of all cabinetry are to be doweled, screwed and interlocked. Tops, bottoms and backs are to be three eights of an inch veneer core plywood. Frames to be one and one-half inch by three-quarters inch hardwood. Door style to be similar to Greenfield style "ridgeway" with bevel edge or similar. Door pulls and draw pulls to be pull style. Similar to brand name "Amerock" number 24018 and Amerock number 24107. Drawers to be built with five-eigth inch maple hardwood, dovetailed on all four sides and to have hardwood bottom. Shelves to be three-quarter inch veneer core plywood. Drawer slides to be fully concealed and ball bearing type. Hinges to be modern overlay fully concealed type. European hinge style with one hundred seven degree swing and have a two dimensional adjustment. Kitchen sink shall be high buffed, 18 gauge, eighteen ten chromium nickel stainless steel with a standard three and a half drain opening size by two. Underside to be protected by Dinaphon or similar industry standard sealant. Kitchen faucet to have eight inch centers with aerator and two and a half gallon flow restrictor, cast brass spout and brass plate with separate spray chrome finish. Countertops to be laminate and color to be neutral. All counters must have a toe plate (kick plate) to match cabinet finish. Ventilation hood shall be thirty inches self-venting circulating type, built in lighting, variable speed control with no less than 500 CFM, stainless steel finish or equivalent. All supplies are subject to inspection and acceptance before installation by the assigned Contracting Officer's Representative. The following contract clauses and provisions are applicable to this requirement and can be viewed at http://www.arnet.gov/far/index/html: FAR 52.212-1 Instructions to Offerors, 52.212-5, Executive Orders - Commercial Items, 52.225-15, Restrictions on Certain Foreign Purchases, 52.222-19, Sanctioned European Union Country End Products, 52.223-6, Drug Free Workplace, 52.223-5 Pollution Prevention and Right to Know, 52.233-4, Applicable Law for Breach of Contract Claim, 52.237-2, Protection of Government Buildings, Equipment, and vegetation, 52.249-1, Termination for Convenience of the Government Fixed Price Short Form, 52.228-5, Insurance Work on a Government Installation, 52.232-25, Prompt Payment, HSAR 3052.242-72, Contracting Officer's Technical Representative, 52.204-7 Central Contractor Registration, Offerors are to include with their quote a complete copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items or indicate that their vendor information is available in ORCA (www.bpn.gov). The bid range for this requirement is between $28,000.00 and $33,000.00. Bids are due by 12:00 noon, EST, September 14, 2006 at DHS/FEMA, Region 1, 99 High St., 6th Floor, Boston, Massachusetts 02110 or can be faxed to 617-832-4781 or by email at diane.mckenzie@dhs.gov. Interested bidders can call the Contracting Officer at 617-956-7529 to obtain a copy of diagram for this reqirement.
- Place of Performance
- Address: 65 Old Marlboro Road, Maynard, MA
- Zip Code: 01754
- Country: UNITED STATES
- Zip Code: 01754
- Record
- SN01139288-W 20060913/060911220312 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |