SOLICITATION NOTICE
72 -- Epoxy Flooring
- Notice Date
- 3/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 326192
— Resilient Floor Covering Manufacturing
- Contracting Office
- Department of Justice, Bureau of Prisons, USP Lewisburg, 2400 Robert Miller Jr Drive PO Box 1000, Lewisburg, PA, 17837, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RFQ20704-0004-7
- Response Due
- 3/14/2007
- Archive Date
- 8/15/2007
- Small Business Set-Aside
- Total Small Business
- Description
- GENERAL REQUIREMENTS: The Federal Bureau of Prisons, United States Penitentiary Lewisburg, located at 2400 Robert Miller Jr. Drive, Lewisburg, Pennsylvania, 17837. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. RFQ-20704-0004-7 is issued as a Request for Quote. This acquisition is a total small business set-aside. The NAICS code for this requirement is 326192; the small business size standard is 750 employees. DESCRIPTION OF ITEMS: Project will require the purchase of an epoxy seamless flooring system to be utilized on concrete decked shower stalls and will also be used on vertical wall surfaces. The system shall be a 100% solid epoxy and natural marble compound non-toxic containing no solvents or thinners, impervious to moisture, which will be purchased in a pre-measured kit form. The project will require enough kits, sealer and anti-sag to cover 6250 sq.ft. The product shall be mixed and poured out and troweled down into a completely monolithic slab of a thickness of 1/8" to 3/16". Applied flooring system will be lightweight and flexible, durable, easy to clean, non-porous, non-conductive, chemical and fire resistant. The flooring system will be environmentally safe, user friendly with no objectionable odors. The system can be applied without the use of a respirator or special ventilation requirements, and people can be in adjacent areas without any inconvenience. The seamless flooring system will have a natural texture finish when troweled and will not require a primer or bond coat. A sealer coat will be applied utilizing a brush and/or red rubber squeegee to provide a surface that will be easily maintained . A complete finished system will be ready for use in 24 hours. The flooring system will have at a minimum a full 3 year warranty from the date of purchase. Warranty will provide free replacement in the event the materials prove defective. Product shall meet FDA, USDA, ADA and EPA standards. Specifications to be equal or better: *ASTM C-579, Compressive Strength, 17,000 psi - 7 days / *ASTM C-307, Tensile Strength ,7,100 psi - 7 days / *ASTM C-580, Flexural Strength, 10,000 psi - 7 days / *ASTM D-4551, Bond Strength, >500 psi, concrete failure / *ASTM D-2794, Impact Resistance, 24,000 psi / *ASTM D-2794, Indentation, Shall not exceed 1% / *ASTM D-696, Coefficient of Linear Expansion, 2.5 x 10-5 / *ASTM D-570, Flammability, Self Extinguishing / *ASTM C-501, Abrasion Resistance, .018 gm / *ASTM D-570, Critical Radiant Flux, >1.07 w/cm2 / *ASTM E-662, Smoke Density, <3 / *ASTM E-84A, Flame Spread, Class A,<3 / *ASTM D-2794, Weight, 1.17 lbs/ft2 @1/8" / *ASTM D-570, Water Absorption, <0.2% / *ASTM D-2047, Slip resistance, ADA Compliant / *ASTM D-2794, Temperature Resistance, 150 - 200 deg F. CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2007); 52.219-6, Notice of Total Small Business Set Aside (Jun 2003); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); Clauses in Full Text, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Nov 2006); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.212-1, Instructions to Offerors Commercial Items (Sept 2006); Clauses in Full Text, 52.212-3, Offeror Representations and Certifications--Commercial Items (Nov 2006). EVALUATION FACTORS: The Government intends to make an award on a all-or-none basis. Quotations will be evaluated and award will be based on the lowest price which is technically acceptable. With your quote provide all specifications and MSDS sheets. Contractor must be able to provided items no later than 14 days after receipt of order. The Government will make award to the responsible offeror whose offer conforms to this solicitation and is most advantageous to the Government. The proposed price must include all associated charges, fees and delivery cost (FBO Destination) SUBMISSION OF QUOTATIONS: Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: 1. The Request for Quote Number (RFQ-20704-0004-7); 2. Schedule of Items with Pricing, The project will require enough flooring kits, sealer and anti-sag to cover 6250 sq.ft. 3. Contractor DUNS Number and Taxpayer Identification Number; and 4. A complete copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2006). Offers are due no later than March 14, 2007 at 12:00 pm, local time. Offers received after this date may not be considered for award. The postal mailing address is: United States Penitentiary , Attn: Douglas Shoch, Contract Specialist, PO Box 1000, Lewisburg, PA 17837. Hand delivery or express mail to 2400 Robert Miller Jr. Drive, Lewisburg PA. 17837. Offers may also be faxed to (570) 522-7744 or e-mailed to dshoch@bop.gov. The anticipated date of award is on or about March 21, 2007. Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the Central Contractor Registration (CCR) Database at www.ccr.gov. Faith-Based and Community-Based Organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. All responsible sources are encouraged to submit a written offer which will be considered for award. This solicitation is distributed solely through the General Services Administration. Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a Total Small Business Set-Aside (Numbered Note 1).
- Place of Performance
- Address: USP Lewisburg, 2400 Robert Miller Jr. Drive, PO Box 1000, Lewisburg, PA
- Zip Code: 17837
- Country: UNITED STATES
- Zip Code: 17837
- Record
- SN01243691-W 20070307/070305220317 (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 |