|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1998 PSA#215481 CONS/LGCS, 200 Fifth Street, Suite 103, Keesler AFB MS 39534-2104 72 -- CARPET SOL F22600-98-Q0011 DUE 082098 POC Margarette E. Trone,
(228) 377-1841, Joy K. Bissonnette, (228) 377-3130 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6 as supplemented with additional
information provided in this notice. This announcement constitutes the
only solicitation. A quote is being requested and a written
solicitation will not be issued. Solicitation Number F22600-98-Q0011 is
issued as a Request for Quotation (RFQ). The standard classification
code is 2273, small business standard size is 500 employees. The
incorporated document and provisions and clauses are those in effect
through Federal Acquisition Circular 97-04. This requirement is for
Line Item 0001: for the removal of approximately 6,300 SF of rubber
flooring, approximately 1,000 SF of base and approximately 36 LF of
stair nosings in Gaude Lanes, Bldg No. 1203. The installation of three
types of floor covering will replace the removed materials. The first
floor covering will be an ALTRO WALKWAY 20, safety floor as
manufactured by Altro Floors. This flooring will be installed in four
areas and the total quantity is approximately 2600 SF. The second floor
covering will be FLOTEX, roll goods as manufactured by Bonar Floors.
This flooring will be installed in one area with the total quantity of
approximately 1300 SF. The third floor covering will be FORBO-DUAL
MARMOLEUM 815 sheet goods, as manufactured by Forbo Industries Inc.
This flooring will be installed in four areas, and the total quantity
is approximately 2,400 SF. All of these flooring materials require
strict installation requirements which will be strictly adhered to. The
product manufactures require a representative to be present at times
during the installation for warranty purposes, and we do want the full
written warranty. Installation of approximately 1,000 LF of rubber
base and approximately 36 LF of stair nosings will be required. All
interested offerors may request specifications by fax (228) 377-3298.
Delivery terms shall be FOB Destination, with delivery to be made to 81
CES/CECC, Keesler AFB, MS 39534. Installation shall begin at close of
business, Wednesday, 23 Dec 98, 2200 hrs, (10 o'clock) and completion
date is 02 Jan 99, 9 o'clock. Inspection and acceptance shall be made
at destination. The following clauses and provisions are incorporated
and will remain in full force in any resultant purchase order; FAR
52.212-1, Instructions to Offerors-Commercial Items (Aug 1998) is
incorporated by reference and applies to this acquisition and is
amended to read, submit signed and dated offer to 81 CONS/LGCS, 200
Fifth St., Room 104, Keesler AFB, MS 39534-2102 at or before 3:30 p.m.
CST, 20 Aug 98. Quotations must be signed and dated and may be
submitted on your company letterhead or your standard company quotation
forms, and can be submitted by fax (228) 377-3298 to the attention of
Margarette Trone. Clause 52.212-2, Evaluation-Commercial Items (Oct
1997)-Evaluation Factors are past performance and price. The evaluation
factors will be evaluated as being substantially equal. The Government
reserves the right to make award on the initial quote received without
discussions. Each offeror shall include a completed copy of the
provision at FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items (Jan 1997) with its quote. FAR
52.212-4, Contract Terms and Conditions-Commercial Items (Apr 1998) is
incorporated by reference and applies to this acquisition. The clause
at 52-212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items (Jun 1998) is
incorporated by reference, however for paragraph (b) only the following
clauses apply: 52.222-26, Equal Opportunity; 52.222-35, Affirmative
Action for Disabled Veterans and Veterans of the Vietnam Era;
52.222-36, Affirmative Action for Handicapped Workers with
Disabilities; 52.222-37, Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era; and 52.225-3, Buy American Act-Supplies.
The following clauses also apply: DFARS 252.204-7004, Required Central
Contractor Registration (for solicitations and resultant awards)
issued after 01 Jun 98. All contractors are required to be registered
in the Central Contractor Registration (CCR) database. In order to
register, the contractor must have a DUNS No. (available @
800-333-0505. Registration via internet (ccr.edi.dis.mil) takes
approximately 48 hours, all other methods take approximately 30 days.
DFARS 252.232-7009 Payment by Electronic Funds Transfer. The contractor
shall extend to the Government full coverage of any standard commercial
warranty offered in a similar commercial sale. Acceptance of the
warranty does not waive the Government's right with regard to the other
terms and conditions of the contract. In the event of a conflict, the
terms and conditions of the contract shall take precedence over the
warranty. The warranty period shall begin upon final acceptance of the
items listed in the schedule. This is a DO rated order with a program
identification symbol of C9e. A firm-fixed price purchase order will
be issued under the Simplified Acquisition Procedures. All questions
concerning this RFQ must be submitted in writing, no telephonic
responses will be processed. Questions should be faxed to Miss
Margarette Trone, 228-377-3298, to arrive not later than 14 Aug 98.
Posted 08/05/98 (W-SN233136). (0217) Loren Data Corp. http://www.ld.com (SYN# 0434 19980807\72-0001.SOL)
72 - Household and Commercial Furnishings and Appliances Index Page
|
|