SOLICITATION NOTICE
Z -- FLOORING AND WOOD FINISHING
- Notice Date
- 12/8/2008
- Notice Type
- Presolicitation
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Charleston Field Office (3PKFC), 300 Virginia Street, East, Room 1620, Charleston, West Virginia, 25301
- ZIP Code
- 25301
- Solicitation Number
- GS-03P-09-QN-C-0038
- Archive Date
- 1/6/2009
- Point of Contact
- Katie J. Thomas,, Phone: 304/347-5155
- E-Mail Address
-
katie.thomas@gsa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- SPECIFICATION 01GENERAL At the Sidney Christie Federal Courthouse, 845 Fifth Avenue, Huntington WV 25701. The Contractor shall provide all labor, supervision, materials and equipment to perform all work required to sand and refinish existing wood flooring, floor base, chair rail, door frames and door leaves in the USAO suite. All bidding Contractors shall attend a mandatory pre bid meeting to be scheduled by the COR. Contractors shall have similar work completed and available for the COR to inspect within a 120 mile radius of Huntington WV. ITEM #1: In rooms 213,216 and 220 in the USAO suite, completely sand, patch and prep, apply one sealer coat and two finish coats to approximately 700 sf of wood flooring. Proper sanding and cleaning shall be done after each finish application. Color shall be added to the sealer coat at the discretion of the COR. The Contractor shall provide sample mock-up boards as required to agree on a sealer color tint. All products used in the finishing of the flooring shall be water based, low VOC and approved by the COR prior to the start of this project. The Contractor shall submit to the COR a plan for dust and odor control prior to the start of this project. The Contractor is responsible for verifying all quantities of work listed in this item. ITEM #2: In the USAO suite, all rooms being included: Approximately 675 lf of hardwood floor base, 620 lf of hardwood chair rail, 640 lf of door casing (to be selected by the Government), and 4ea.door leaves shall be stripped, sanded, and prepared for one sealer and two finish coats. An additional 13 lf of base from Government storage will be stripped, sanded, sealed, finished and installed. Stripping of existing finish to bare wood shall be accomplished using a low VOC non toxic product such as “Back to Nature” or approved equivalent. All work on base, rail and door casings shall be performed in place. Door leaves may be stripped and finished off site. All sealers and finish products must be water based and approved by the COR before being used. Finished wood shall match existing window trim. All quantities listed in this item shall be field verified by the Contractor. ITEM #3: The Contractor shall provide a price per door leaf for quantities above the 4ea. listed in ITEM 2. The Government reserves the right to have any number of door leaves treated at this quoted price. This quoted price shall be separate from the base contract price. The number of doors under this quote to be stripped, sanded, sealed, and finished shall not exceed the number of remaining doors in the suite. 02MATERIALS Materials shall be commercially available products of reputable manufactures and approved by the COR prior to starting work. 03WORKMANSHIP In performing all work included in this project, an exhaust fan with temporary ducting to an outside window shall be employed at all times. All adjacent areas shall be fully protected to include walls, floors and carpet. All necessary furniture moving shall be the responsibility of the Contractor. The Contractor shall submit an exhaust air plan to the COR prior to start of this project. All work shall be coordinated and scheduled with the COR and the CO has the right to reject any unsatisfactory or unsuitable material or workmanship. Any damage caused by the Contractor to the building, any of its contents or tenants shall be the responsibility of the Contractor to correct in a timely manner. The Contractor shall expect to perform all work on this project after normal business hours unless otherwise directed by the COR. The COR retains the right to have all work performed during normal working hours. ALL WORK SHALL BE ACCOMPLISHED IN ACCORDANCE WITH THE BEST PRACTICES OF THE TRADE. A.Floor Preparation 1.Strip existing floors to bare wood, either by using a high quality remover (non-toxic, low VOC) or by manual or power sanding. All adjacent areas shall remain dust free. Use a medium grit paper for the initial passes and graduate downward to a fine grit for the final passes. When the floor is in danger of having nails or splines exposed, use removers only and avoid sanding. 2.Completely remove all sanding dust by sweeping, vacuuming, and finally, dry mopping or wiping with a lint free dry cloth. 3.If, after the wood has been stripped and is not yet filled, its surface is stained, bleach out such stains with a wood bleach manufactured expressly for the purpose. Mix and apply the bleach in accordance with the manufacturer’s recommendations. B.Wood filler application Apply a high quality paste wood filler to surfaces as necessary and wipe it off across the grain to insure that the filler is retained in the grain depressions. Permit the wood to dry before proceeding. C.Stain application Baseboard, rails, door trim, and doors shall be stained to match existing wood trim. The flooring stain shall be chosen after previously stated samples are completed and presented to the COR by the Contractor. 04STORAGE OF MATERIALS The Contractor will be provided a small area in the basement to stage their work. This area must be kept clean and organized to the extent deemed necessary by the COR. 05 PROTECTION The Contractor shall provide any materials, barriers and safety equipment necessary for the protection of pedestrians and property during the implementation of this contract. 06 DEBRIS REMOVAL The Contractor shall remove all debris generated in the performance of this contract on a daily basis. 07 SAFETY AND HEALTH All work shall comply with applicable state and municipal safety and health requirements. Where there is a conflict between applicable regulations, the most stringent will apply. The Contractor shall assume full responsibility and liability for compliance with all applicable regulations pertaining to the health and safety of personnel during the execution of work, and shall hold the Government harmless for any action on its part of that of its employees or subcontractors, which results in illness or death. The Contractor shall provide all necessary safety equipment and ensure that such equipment and all relevant safety procedures are adequate for the job being performed and are utilized properly. 08SECURITY All Contractor personnel entering the Federal Courthouse facility in conjunction with the project will have been cleared by DHS and have been issued a photo identification card by GSA. The Contractor will be responsible for meeting all DHS and GSA requirements needed to receive the proper clearances. **PLEASE NOTE** THERE WILL BE A MANDATORY PRE-BID MEETING HELD ON TUESDAY, JANUARY 6, 2008 AT 10:00 A.M. ALL BIDS WILL BE DUE BACK NO LATER THAN FRIDAY, JANUARY 16, 2008 AT 2:00 P.M.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0821b80dd107724a171ac74cd2fa615e&tab=core&_cview=1)
- Place of Performance
- Address: SIDNEY L CHRISTIE FEDERAL BUILDING, 845 FIFTH AVENUE, HUNTINGTON, West Virginia, 25701, United States
- Zip Code: 25701
- Zip Code: 25701
- Record
- SN01715332-W 20081210/081208220326-0821b80dd107724a171ac74cd2fa615e (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 |