SOLICITATION NOTICE
Z -- Carpet, it's installation, and the removal of the old carpet for multiple locations at Lassen Volcanic National Park, CA.
- Notice Date
- 6/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- PWR - LAVO Lassen Volcanic NP P.O. Box 10038050 Hwy 36 East Mineral CA 96063
- ZIP Code
- 96063
- Solicitation Number
- E11PS81653
- Response Due
- 7/6/2011
- Archive Date
- 6/20/2012
- Point of Contact
- Elizabeth A Chico Contract Specialist 5305956113 Elizabeth_Chico@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for the acquisition of Carpet, it's installation, and the removal of the old carpet which is a commercial item/service. This is prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-50 of May 16, 2011. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation/Request for Quotations (RFQ) number is E11PS81653. The acquisition is reserved exclusively for small business concerns. The North American Standard Industrial Classifications System Code is 238330 and the size standard is $14 Million or less. This acquisition is to purchase 6,640 square feet of carpet and to remove and dispose of existing carpet and padding, prepare the surface and install new carpet tiles at Lassen Volcanic National Park, California, at the Government's discretion. All delivery time, dates, and quantities will be coordinated with Mike Lafkas at (530) 595-6235, as the park staff will schedule daily work activities around deliveries/ installation. Work may begin as soon as a date can be established between the contractor and Contracting Officers Technical Representative (COTR) after award. The period of performance will be approximately 08/19/2011 to 10/31/2011 and will be finalized with the COTR after award. This solicitation calls for the purchase and installation of "Philadelphia Commercial Carpet" by Shaw, brand carpet tiles or equivalent with 12" Tile squares, textured loop. The specifications are as follows; Line of Carpet Tile: Capitol 111. Color: Eminence #80701. Backing: Action Back. Width: 12". Face Weight: 28 oz. Fiber Type: Q Solution Dyed Nylon. Warranty: 10 Year Quality Assurance. If availability becomes an issue, then Official Office #80300 or Land Slide #80600 may be used in place of Eminence #80701. Carpeting must be the same for all buildings. If using another brand then a submittal must be approved by COTR, Mike Lafkas. The contractor shall provide all the personnel, material, equipment, and supervision needed to complete the installation including necessary accessories for carpet installation, (tack strips, metal/wood transitions, adhesives). The contractor will coordinate with the COTR a staging area if carpet is to be shipped from factory or to specific project areas. The contractor will provide labor to move and replace furniture, filing cabinets, and other items (these are computers, cabinets or desks that are not designated as holding sensitive material), to gain full access to work area to install carpet. The contractor will report any damage or deteriorated subflooring components to COTR, so repairs can be made prior to carpet installation. The contractor will use care when removing and replacing baseboards during installation to minimize damage and allow for reuse of baseboards. The contractor will be responsible for the clean up at each site including the disposal of old carpeting and any other trash accumulated during the removal and installation of the carpet. The contractor must provide workers who are bonded and insured. All work to be scheduled: 7:00 a.m. thru 5:30 p.m., Monday thru Friday, unless approved by COTR. The contractor's management shall inspect all areas upon completing carpet removal and installation and report its findings daily to the COTR. Any work found not completed or at less than commercial standards of policy requirements shall be re-accomplished by the contractor at no additional cost to the government. The government reserves the right to inspect all areas at a time of the government's choosing to ensure contractor compliance with the contract requirements. COTR officials shall conduct these inspections daily. The government will inspect the installation before final payment is made. The government will provide electrical power, water, and sewer at no cost to the contractor during working hours and only in office areas. Utilities used by the contractor shall be used only for the performance of work related to this contract. Except for the utilities and services specified as government furnished, the contractor shall provide all project management, supervision, personnel, equipment, materials, and utility supplies required to perform in accordance with this Work Statement. The products used in performance of this contract shall be environmentally preferable. The completion dates set forth by the agency.Manzanita Lake:1)Loomis Museum- 3,300 sq/ft, Completion date 10/31/20112)Discovery Center- 430 sq/ft, Completion date 08/19/2011 3)Manzanita Lake Entrance Station- 62 sq/ft, Completion date 08/26/20114)Loomis Ranger Station 39 sq/ft, Completion date 08/26/20115)Manzanita Lake Fee Office 410 sq/ft Completion date 08/31/20116)Manzanita Lake Maintenance Building 140 sq/ft, Completion date 08/31/20117)#2, Resource Management Building (Mineral) 1,655 sq/ft, Completion date 09/09/2011 Total Carpet: 6,036 sq /ft. add 10% = 6,640 square feet INTERESTED PARTIES SHALL SUBMIT A QUOTATION BASED ON A UNIT PRICE PER SQUARE FOOT ALONG WITH THE TOTAL FOR BOTH SUPPLIES AND SERVICES. The Government reserves the right to adjust the total ordered based on availability of funding at the time of award. A breakdown of quantity discounts shall be provided with the quotation, if applicable. The following FAR provisions and clauses apply: 52.212-1 Instructions to Offerors- Commercial Items, 52.212-3 Officer Representations and Certifications- Commercial Items (to be completed and provided with quotation, unless offeror has completed annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov), 52.212-4 Contract Terms and Conditions- Commercial Items, and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items (applicable are: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28 Post -Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor- Cooperation with Authorities and Remedies, 52.222-21 Prohibition of segregated facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons, 52.225-1 Buy American Act- Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires). Also invoked is 52.232-36 Payment by Third Party, as an optional alternative. Based upon clause 52.222-42 Statement of Equivalent Rates for Federal Hires, In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor(29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class: 47-2041 Carpet Installers. Monetary wage-Fringe benefits: $19.39 per hour. Full text versions of all FAR references and clauses are available at http://www.acquisition.gov/far. Submit quotations to the attention of Elizabeth Chico, Contract Specialist and submit either by mail to Lassen Volcanic National Park, P.O. Box 100, 38050 Hwy 36 East, CA 96063, email: elizabeth_chico@nps.gov, or send by facsimile to (530) 595-3262. Quotations must be received no later than 5:00pm PST, Wednesday, July 6, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E11PS81653/listing.html)
- Place of Performance
- Address: Lassen Volcanic National Park, Tehema County, California
- Zip Code: 960630100
- Zip Code: 960630100
- Record
- SN02477749-W 20110623/110621234303-ee6938d1233fedf7dad75cda5921f811 (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 |