Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2008 FBO #2257
SOLICITATION NOTICE

56 -- CP Flooring

Notice Date
1/29/2008
 
Notice Type
Solicitation Notice
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, AZ, 85707-3522, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
08QCPXX
 
Response Due
1/31/2008
 
Archive Date
2/15/2008
 
Point of Contact
Bryan Jackson, Contract Specialist, Phone 520-228-4838, Fax 520-228-5462, - Cynthia Darnell, Contracting Officer, Phone 520-228-2377
 
E-Mail Address
bryan.jackson@dm.af.mil, cynthia.darnell@dm.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA4877-08-Q-0186 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-21. (iv) This procurement is being issued as a 100% SMALL BUSINESS set-aside under NAICS code 238330 and small business size standard $13.0 million . (v) The contractor shall provide the following items: Provide all materials, labor, and equipment to demolish existing floor tile and carpet, and install new floor tile and carpet in office spaces measuring roughly 2,400 square feet. The space consist of ten office/conference rooms, consisting of approximately 200 square yards, which will be carpeted with approximately 480 lineal feet of rubber based cove molding. The rest of the spaces will be hallways, approximately 830 square feet, of floor tiles with approximately 400 lineal feet of tile base. Measurements are given here are estimates. The contractor will be responsible to verify measurements prior to beginning work. Replacement floor covering will include vinyl backed carpet squares. Requested features include release adhesive, solution dyed yarn, and stain guard. The project will include the removal and replacement of the rubber cove base molding. Rubber step treads are to be used for the stair areas. Industry standards are to be maintained for this project. The user is currently considering Shaw Palomino carpet and Crossville Mountain Stone 12" X 12" for tile. Quotes should include materials that are the same, or similar. Quotes should be structured to provide material cost and labor cost per square foot/yard. The designated area is within a secured and controlled area. Contract workers will need to be escorted during all times when in the controlled space. Normal security precautions include surrendering appropriate identification, in exchange for temporary security badges, Leaving all cell phones and cameras outside the security area, and allowing inspection of any and all items brought into the area. Circumstances may arise where the contract workers will be asked to evacuate the security spaces at a moments notice, as dictated by the Command Post operations. Such a work stoppage is not scheduled or expected but contractors should be aware that the possibility exist. The project will take place in an operational area where work is conducted 24 hours a day, seven days a week. The user will move all furniture in preparation for contractor work. It is the intention of the user to vacate a few rooms at a time, as many as operations will permit. The contractor will coordinate with the user on the order in which rooms will be worked. The project installation will be conducted in two phases, with the hard tile to be completed by 20 February 2008, and the carpet to be begin after 29 February 2008. This installation schedule is critical and fixed. Evaluation criteria will be based on Price, installation timing, warranties, product selection and quality. Installation timing and Pricing will be the primary factors.
 
Place of Performance
Address: 3180 S Craycrofy Road, Davis-Montan AFB, Arizona,
Zip Code: 85707
Country: UNITED STATES
 
Record
SN01494830-W 20080131/080129223617 (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.