Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2007 FBO #2088
SOLICITATION NOTICE

72 -- Salem Carpet, Salem District, Oregon

Notice Date
8/13/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-OR OREGON STATE OFFICE* 333 SW FIRST AVENUE-7TH FLOOR PORTLAND OR 97204
 
ZIP Code
97204
 
Solicitation Number
HAQ073042
 
Response Due
8/27/2007
 
Archive Date
8/12/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS SOLICITATION for a commercial item prepared in accordance with the format in 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. Request for Quotation HAQ073042 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-17. The North American Industry Classification System (NAICS) code is 442210, with a small business size standard of 500 employees. This is a firm-fixed price contract for the Bureau of Land Management, Salem District, Oregon. This solicitation has one line item with quantity as follows: Item 1 - 6,000 square yards of glue-down broadloom carpet (includes delivery). The carpet will be installed by the Government. Award will be on an all-or-none basis. This solicitation is set aside for small business concerns. See Numbered Note(s): 1. EVALUATION FOR AWARD: Award will be made to the responsible firm whose quote is most advantageous to the Government, price and past performance considered. TECHNICAL SPECIFICATIONS The carpet shall conform to the following specifications: Materials shall be new, of domestic manufacture. Carpet shall be free of visual blemishes, streaks, poorly dyed areas, and other physical and manufacturing defects. Carpet shall be nontoxic, reasonably nonallergenic, and free of other recognized health hazards. Surface texture shall be a single level uncut pile with maximum height differential between high and low piles not more than 0.05 inches. Pile yarn shall be new 100% nylon such as Antron III, Antron XL, Zeftron, or Ultron.or equal. Fibers shall not have been reclaimed from any woven, tufted, knitted, or felted products. Spun yarn shall be at least two ply and shall have sufficient twist to develop yarn characteristics to ensure high wearability and to minimize pilling or fuzzing of the finished carpet. Plied yarns shall have a twist in the opposite direction to the singles. Yarn setting shall be sufficient to assure permanent texture retention under normal use conditions, cleaning, and shampooing. Fibers shall be treated with manufacturer's standard soil resistance/release agent. Fiber denier and staple lengths shall be subject to normal manufacturing tolerances with the following limitations: Acceptable tolerance in staple length not more than 10%. Acceptable denier variance + 10% in individual filament denier and + 3% in average denier. Conductive, anti-static fibers shall be interwoven with the yarn material. Surface Texture: Loop Pile. Pile Fiber: Hollow filament nylon with interwoven anti-static fibers.Fiber Size: 20 DPF minimum.Pile Weight: 28 oz/yd2 minimum.Pile Density: 4032 minimum.Dye Method: Stock dye.Primary Backing: Woven polypropylene, 3.7 oz/yd2 minimum.Secondary Backing: Unitary type.Stitches: 7.9/inch minimum. Gauge: 1/9. Pile Height: .25" minimum. Total Weight: 80 oz/yd2 minimum. Width: 12-ft minimum. Color: Solid color (no pattern) to be selected from manufacturer's standard range. Performance Requirements: Static Electricity Control: Shall be according to AATCC 134. Incorporate a permanent static control system to control static build-up to less than 3.0 kv. Test at 20% relative humidity at 70 degrees F. Smoke Density: Shall be according to NFPA 258. Maximum specific optical density shall be less than 450. Tuft Lock: Shall be according to ASTM D 1335. Perform 8 pulls at random across the width of test carpet. Minimum tuft lock shall be 10 pounds on any single pull, 12 pounds average for 8 pulls. Lightfastness: Shall be according to AATCC 16E. Shade change after 80 standard fading hours (Xenon Arc) shall be no less than an International Gray Scale Rating of 3. Flammability: Shall be according to ASTM 648. Critical radiant flux greater than 0.45. Self Extinguishing: Shall be according to CPSC FF 1 or ASTM D 2859 (Methenamine Pill Test). Crockfastness: Shall be according to AATCC 8. Minimum stain ratings, International Gray Scale should be: Wet - 4; Dry - 4. Pile Thickness: Shall be according to ASTM D 418. Determine the average pile thickness of the carpet. Make measurements to the nearest 0.01 inch instead of 0.10 inch as stated in ASTM D 418. Pile Density: Calculate the average density (D) as follows: D = 36 (W) /T. Where weight (W) = Average Pile Weight in oz/yd2. thickness (T) = Average pile thickness in inches (Pile Height). Shrinkage: Maximum shrinkage of length and width shall be 3%. WARRANTY: No part of the carpeting wearing surface shall wear more than 10 percent, by weight, in 10 years. Carpeting shall maintain the specified static electricity control for the lifetime of the product. Carpeting will maintain side-to-side and end-to-end colorfastness for 10 years. No edge ravel shall occur in normal use in 10 years. Secondary backing shall not delaminate in 10 years. DELIVERY AND ACCEPTANCE: Carpet shall be delivered FOB destination within 120 days from date of award to the Salem District Office, 1717 Fabry Road SE, Salem, Oregon 97306. Vendor shall provide certification that all specifications have been met. The Government shall provide equipment and manpower to unload the carpet. One roll shall be selected at random to be rolled out to verify color and other specifications the Government may choose to evaluate. APPLICABLE FAR CLAUSES AND OTHER PROVISIONS: The following FAR provisions apply to this RFQ and are incorporated by reference: 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number; 52.212-1 Instruction to Offerors - Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items (Note: offerors must include a copy of the provisions at 52.212-3 with quote -- this can be obtained at http://www.arnet.gov/far); 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 Alternate II (including 52.203-6, 52.211-16 (5% permissible increase or decrease), 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, and 52.225-3); 52.219-6 and 52.232-33 and 52.203-6 (alt 1) Restrictions on Sub-Contractor Sales to the Government (including 52.219-14; 52.222-19; 52.222-20; 52.222-21; 522.225-13; 52.232-29). Referenced clauses and provisions are available at: http://www.arnet.gov/far. Quotes shall be sent to Bureau of Land Management, Oregon State Office (OR-952), P.O. Box 2965, Portland, Oregon 97208 by COB 11:59 p.m. local time on or before August 27, 2007. FAX quotes will be accepted at 503-808-6312. For questions contact Minh-Hao Le at 503-808-6359.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1322451)
 
Place of Performance
Address: Salem District, Oregon
Zip Code: 97306
Country: USA
 
Record
SN01371075-W 20070815/070813221633 (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 |
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.