|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1998 PSA#216717th CONS/LGC, Goodfellow AFB TX 76908-4705 72 -- REMOVE/INSTALL CARPET & COVE BASE SOL F4161498Q0563 DUE 083198
POC SSgt Arthur W. Makekau, phone: (915)654-5016; fax: (915)654-5149
E-MAIL: click here to contact the buyer via e-mail,
arthur.makekau@mail.gdf.aetc.af.mil. 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 included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and solicitation will
not be issued. The solicitation number is F41614-98-Q0563 and is issued
as a Request for Quotation (RFQ). Responses/Offers are due by 5:00 PM
CST, 31 August, 1998. Solicitation documents and incorporated
provisions are those in effect through Federal Acquisition Circular
97-5 and Defense Acquisition Circular 91-13. This acquisition is a 100%
small business set-aside. If offering an equal item, submit descriptive
literature with offer. The following Statement of Work (SOW) describes
subject requirement: CONTRACTOR FURNISHED CARPET AND COVE BASE
INSTALLATION BUILDING 81405, BARRACKS HALLWAYS & ROOMS, 1ST, 2ND, & 3RD
FLOORS [1.0] SCOPE OF WORK: The contractor will provide all plant,
labor, tools, transportation, supplies, supervision, materials, and
incidentals necessary to perform all the work described herein in
strict accordance with this Statement of Work (SOW) to remove existing
carpet and cove-base and install contractor furnished carpet and
cove-base. The installation of contractor furnished carpet shall be
accomplished as the facilities are made available to the contractor by
the government. The materials furnished by the contractor shall be
subject to government approval of the best quality and consistent with
the use within the industry. The work shall be accomplished in a safe,
careful and workmanlike manner and shall present a clean and neat
appearance after the work has been completed. [1.2] MATERIAL AND DEBRIS
REMOVAL: All material and debris, unless so specifically indicated at
the time of removal, shall become the property of the contractor and
shall be disposed of off-base at the contractor's expense in accordance
with local, state and federal environmental laws and regulations.
Material and debris will be removed from the premises at the end of
each workday. [2.0] DELIVERY AND STORAGE: The contractor shall maintain
responsibility for the acquisition and the initial storage of all
carpet. The contractor will assume full and complete responsibility for
the quantity and quality of the material. [2.1] DELIVERY: The
contractor will assume the full responsibility of having his work force
and any needed equipment to load and unload the delivery vehicles at
the specified areas of work and for any damage to the material while
under his care (i.e. effects of water, cuts, tears) and any
deformations due to the mishandling of the material. [3.0] INSTALLATION
OF MATERIAL: [3.1] GENERAL: The complete installation shall be smooth,
uniform and secure and all cutouts for such areas as doorjambs, ducts
and etc. shall be neatly fitted. The contractor shall coordinate all
work with the 314th Training Squadron Commander or his representative.
[3.2] DETAILS: The site of the installation shall be examined before
any removal to determine if any different conditions exist which could
affect the performance of the carpet after the installation and if so,
it shall be corrected by the contractor. Holes, depressions, and cracks
shall be smoothed with material recommended by the carpet manufacturer
and other manufacturers of that type of material. Rough places,
ridges, etc shall be ground off smooth to provide a level surface for
the installation. Loose vinyl tile shall be cleaned and the tile
installed with adhesive to form a uniform level surface area and the
floor shall be thoroughly cleaned, free of foreign materials, dry and
free of moisture prior to installation. [3.2.1] The carpeting shall be
installed with the least amount of lengthwise and cross seams. The
seams shall run toward the light where practical and where such layout
does not increase the number of seams and all breadths shall be
installed parallel with the pile in the same direction. Patterned
carpet shall be installed with the pattern perpendicular to the
direction of traffic and the seams shall not occur at doorways or
perpendicular to doors, but when terminating at a doorway seams shall
be parallel to and centered directly under the doors. Seams occurring
at corridors for change of direction shall follow the wall line
parallel to the carpet direction. The contractor shall provide metal
carpet strips at all exterior doorways unless doorway has a threshold
then carpet will be installed under the threshold and interior doorways
where the new carpet joins new/existing rubber/vinyl tiles. The carpet
will stop at the edge of those tiles and a metal carpet strip will be
installed at that point. [3.2.2] The carpeting shall be installed in
the areas indicated in this SOW. The indicated rooms will receive
wall-to-wall carpet. Wall-to-wall is defined as all material to be
uniformly installed which covers every square inch of the existing
substrate that is not covered by items mechanically fastened to the
building structure. The material will be installed against all
permanent walls and the entire perimeter of items penetrating through
the substrate/floor (i.e., columns, piping, electrical boxes, raceways,
conduit, etc.). [3.2.3] All existing cove base or other types of
baseboards shall be removed. The cove-base will be replaced with a dark
blue rubber cove-base or an approved equal. The contractor shall remove
and reinstall items such as telephone lines, which may be attached to
the baseboards, moldings or cove-base. 3.2.4 The carpet is to be
installed by the direct glue-down method using the carpet
manufacturer's recommended adhesives or an approved equal. The
contractor shall use the carpet manufacturers recommended seam
sealer/adhesive or approved equal for joining seams by the compression
seaming method. [3.2.5]. All useable waste pieces of carpeting (15
square feet or greater) shall be rolled and bound by the contractor and
given to the 314th Training Squadron for the purpose of patching
material. All unusable waste pieces of carpeting shall be removed from
the job site bythe contractor and discarded as rubbish. [4.0]
CLEANING, FINAL INSPECTION AND PROTECTION: [4.1] Appearance of all
carpeting upon final inspection will be as follows: (a) All carpeting
will be flat with no bubbles, dips or sharp rises within it. (b) The
carpeting shall be wall-to-wall with no irregularities in color or
pattern. The pattern shall be continuous when crossing a seam. (c) The
carpeting will show no signs of stretching, torn pile or backing
within it. [4.2] All carpeting and baseboards will be vacuumed and
cleaned of all scrap, rubbish, dust and loose pile. [4.3] The
contractor shall protect the new carpeting if not pre-treated by the
manufacturer from soiling by applying a Scotchguard treatment, or an
approved equal, in accordance with the manufacturer's recommendations
prior to final inspection of the work. (For Scotchguarding, a minimum
of 1 gallon per 400 square feet shall be the minimum accepted coverage.
All other treatments must be submitted for approval prior to
treatment.) [5.0] WARRANTY:[5.1] The contractor will provide a written
10-year quality, workmanship and wear warranty. CARPET SPECIFICATIONS:
TYPE: Rockford; APPROX. QTY: 2450 Sq Yds; CONSTRUCTION: Random
tip-sheared graphic loop pile; YARN WEIGHT: 26oz per sq. yd min; DYE
METHOD: Solution dyed; FIBER: 67% BCF Nylon/33% Ultron VIP BCF Nylon w/
antimicrobial; PILE HEIGHT: 0.187 inch; FINISHED PILE THICKNESS: 0.120
inch; STITCHES PER INCH: 11; GUAGE: 1/10; PRIMARY BACKING:
Polypropylene; SECONDARY BACKING: PermaBac; SIZE: 6 ft; DENSITY: 7800;
FLOORING RADIANT PANEL: ASTM E648; NBS SMOKE CHAMBER: ASTM E622,
Flaming Mode-450 or less; TUFT BIND: ASTM D1335; TEAR STRENGTH: ASTM
D2261; STATIC PROPERTIES: 3.0 KV or less (AATCC-134, 70 degrees F 20%
RH) COVE BASE SPECIFICATIONS: TYPE: Standard 4" rubber cove base with
toe; COLOR: Navy blue; APPROX. QTY: 54 cartons, SIZE: 100' per carton;
MFR: Burke or equal FOB point is Fort Huachuca AIN, Arizona. The
government requests completion 30 days after receipt of order. In
accordance with FAR 52.301, the following provisions are incorporated
by reference: FAR 52.212-1 (Aug 1998), Instructions to Offerors,
Commercial Items; FAR 52.212-2 (Oct 1997), Evaluation, Commercial
Items; FAR 52.212-3 (Jan 1997), Offeror Representations and
Certifications, Commercial Items (Deviation); FAR 52.212-4 (Apr 1998),
Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 (Jun
1998), Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items; FAR 52.222-26 (Apr 1984), Equal
Opportunity (Deviation); FAR 52.222-35 (Apr 1998), Affirmative Action
for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36
(Jun 1998), Affirmative Action for Workers with Disabilities; FAR
52.222-37 (Apr 1988), Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era; DFARS 252.204-7004 (Mar 1998), Required
Central Contractor Registration; DFARS 252.225-7001 (Mar 1998), Buy
American Act and Balance of Payment Program; DFARS 252.232-7009 (Jun
1998), Payment by Electronic Fund Transfer; Offerors must return a copy
of FAR 52.212-3 (Jan 1997), Representation and Certifications,
Commercial Items, and; DFARS 252.212-7000 (Nov 1995), Offeror
Representations and Certification, Commercial Items, with offer. All
provisions may be accessed electronically at
http://farsite.hill.af.mil. Offers may be sent by mail or
electronically. Contracting Officer is Diane Rasmussen, (915)654-3814
email: rasmussen.diane@mail.gdf.aetc.af.mil; Point of Contact: SSgt
Arthur W. Makekau, email: makekau.arthur@mail.gdf.aetc.af.mil., Phone:
(915)654-5016; Fax: (915)654-5149. Posted 08/24/98 (W-SN240941).
(0236) Loren Data Corp. http://www.ld.com (SYN# 0371 19980826\72-0001.SOL)
72 - Household and Commercial Furnishings and Appliances Index Page
|
|