Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2008 FBO #2571
SOLICITATION NOTICE

99 -- REPLACEMENT OF CEILING TILES

Notice Date
12/8/2008
 
Notice Type
Presolicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EP133F09RQ0110
 
Archive Date
12/31/2008
 
Point of Contact
Linda S DiStefano,, Phone: 401-782-3230, Kelly R. Taranto,, Phone: 508-495-2312
 
E-Mail Address
linda.distefano@noaa.gov, kelly.taranto@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Provide all labor, supervision, equipment and material to replace the drop ceiling grid and tiles in the main hallway within the main building with 2' x 2' grid and tiles for the National Marine Fisheries Service, 28 Tarzwell Drive, Narragansett, RI. The proposed contract is 100% set aside for small business concerns. This acquisition will be issued as an RFQ and awarded as a firm-fixed price order under simplified acquisition procedures. All responsible sources may submit a quote which shall be considered by the agency. To be eligible for award, offerors must be registered with the Central Contractor Registration (CCR): www.ccr.gov, and obtain (and provide with the offer) a DUNS number by calling 1-800-333-0505. The FSC for this is 99 and the NAICS code is 238390. Copies of the solicitation will only be posted on FEDBIZOPPS. Telephone requests will not be honored. If you download a copy of the solicitation please email the contract specialist with your company name and address or fax the information to (401)782-3205. Inquiries will only be accepted via email to Linda.distefano@noaa.gov. NATIONAL MARINE FISHERIES SERVICE 28 TARZWELL DRIVE NARRAGANSETT, RI 02882 STATEMENT OF WORK A. OBJECTIVES 1. The purpose of this work is to replace the drop ceiling grid and tiles in the main hallway with in the main building with 2'X2' grid and tiles. B. SCOPE OF WORK 1. Contractor shall provide all necessary personal, equipment and material required to properly remove the existing drop type ceiling grid and tiles and replace with 2'X2' black tile grid and 2'X2' fire rated white tiles. 2. Contractor shall only remove one hallway section at a time and replace with new drop ceiling before removing any of the other ceiling sections in the 4 hallways. Each of the 4 hallway sections measure out at: 22' long X 6' wide, 50' long X 6' wide, 50' long X 6' wide and 106' long X 6' wide. 3. Contractor shall install ceiling in an evenly measured pattern so new ceiling fits with the existing 2'X2' fluorescent light fixtures that shall not be moved from there present location. 4. Contractor shall at all times keep the work area free from accumulations of waste and new materials as all work shall be completed during regular working hours and to prevent any accidents to staff members. C. RESPONSIBILITIES 1. It is the contractor's responsibility to remove and legally dispose of off site all removed ceiling materials as well as all excess material daily from the work site in accordance with all Federal, State and Local regulations. 2. It shall be the responsibility of the contractor to protect the property of others as well as his / her own and to repair or replace any items damaged by the contractor in fulfilling this contract. D. SCHEDULE / DELIVERY 1. Start and completion dates shall be coordinated with John Roberts and all work shall be completed by no later that February 27, 2009 2. All work shall be performed during regular working hours Monday through Friday 8:00 AM to 4:00 PM. 3. Contractors are encouraged to inspect the site and make accurate measurements for materials needed to complete the job. John Roberts can be reached at 401-782-3233 to make an appointment for pre-bid inspection. E. OSHA (Occupational Safety and Health Administration) 1. All work shall comply with OSHA standards for safety. F. EVALUATION CRITERION 1. Award will be based on the best overall value to the government including the following factors listed a. Past Performance b. Materials and Warrantees c. costs
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=10f8c1d26f49962c97ec28a586696478&tab=core&_cview=1)
 
Place of Performance
Address: 28 Tarzwell Drive, Narragansett, Rhode Island, 02882, United States
Zip Code: 02882
 
Record
SN01715570-W 20081210/081208220756-10f8c1d26f49962c97ec28a586696478 (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.