SOURCES SOUGHT
Z -- Carpet Installation
- Notice Date
- 4/21/2003
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave. Bldg 302, Altus AFB, OK, 73523-5132
- ZIP Code
- 73523-5132
- Solicitation Number
- Reference-Number-F34612-03-Carpet-MLY
- Archive Date
- 5/16/2003
- Point of Contact
- Charles Peterson, Chief, Civil Engineer Support Flight, Phone 580-481-7321, Fax null, - Jeffery Blackrick, Contract Specialist, Phone 580-481-7321, Fax 580-481-5138,
- E-Mail Address
-
charles.peterson@altus.af.mil, jeffery.blackrick@altus.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The 97th Contracting Squadron from Altus AFB, OK, hereby issues a Sources Sought Requirement. The purpose is to determine if capable and willing business contractors are available to provide the furnishing and installation of carpet for the 97th Air Mobility Wing (AMW) at Altus AFB, OK. The following Scope of Work is a summary of the required services, and is not intended to be all inclusive: Remove existing floor covering materials and their accessories; and install new floor covering materials with new accessories. Types of floor coverings and accessories include carpet (broadloom or tile), vinyl composition tile (VCT), ceramic/quarry tile, sheet vinyl, parquet, laminates, rubber tile, transition strips, binder bars, stair treads/nosings, thresholds, base cove, etc. The work occurs in various buildings on Altus Air Force Base in indefinite quantities. All work is to be performed by contractors / installers who are CFI Certified Floor Covering Installers (International Certified Floor Covering Installers Association), or manufacture?s approved installers. Foreman on the job-site must be certified Commercial II (C-II) or higher. The contractor shall move and reset all furniture necessary for installation of specified materials. Floor Preparation: Flooring shall be in a smooth, true, level plane, except where indicated as a sloped area. Before any work under this section is begun, all defects such as rough or spalling concrete, low spots, high spots and uneven surfaces shall have been corrected. All damaged portions of concrete slabs shall have been repaired as recommended by the flooring manufacture. Concrete curing compounds shall be entirely removed from the slab. Paint, varnish, oils, release agents, sealers, waxes and adhesives shall be completely removed as recommended by the finish flooring manufacture. Fill holes and cracks with a latex filler. Grind ridges or other uneven surfaces smooth. Provide a latex under-layment to fill depressions and for smoothing, leveling or to create a feathered edge in accordance with the finish flooring manufacture. Latex filler/under-layment shall have a minimum compressive strength of 2500 PSI. After cleaning and removal of loose particles, prime chalky or dusty surfaces with primer recommended by the flooring manufacture. Moisture Tests: Concrete floors must be allowed to cure prior to installation of flooring materials. The suitability of concrete sub floor for receiving flooring products with regard to moisture content shall be determined by spreading a 6? x 6? patch of adhesive in each of 150 SF area to receive flooring and allowed to dry over night. If latex under layment is used, test patches shall include areas covered with under layment. If the set adhesive can be scraped easily from the floor surface, the floor is not sufficiently dry. Repeat tests until adhesives adhere properly. When adhesive adheres tightly to the floor surface, proceed with the installation. Carpet Padding: Carpet padding shall be compatible for use with the double glue or double stick down method. Carpet padding shall meet moderate to extra heavy commercial standards. Carpet padding shall be installed using the manufactures recommendation on double glue or double stick down and the standard for installation of commercial carpet CRI ? 104. Recycled padding shall be used to the greatest extent possible and when in the best interest of the Government. Rubber Cove Base: When directed in the delivery order, contractor is to remove all existing cove base at locations to receive new cove base. Surface on which new cove base is to be applied shall be patched and made smooth and be free of all foreign materials. Base cove material shall be manufacture?s standard 120? coils to reduce the number of joints. Color shall be identified in the delivery order. All cove base adhesive shall be furnished by the contractor and shall be manufacture recommended. Use manufactures preformed inside and outside corners matching the straight length of cove base. The contractor shall not use straight lengths of cove base bent around corners. Wooden Base Boards: There may be buildings or rooms with wooden baseboards that may have to be removed prior to installation of new floor coverings. Care shall be taken when removing and reinstalling them as not to split or break the wood. Contractor may be required to replace any and all broken baseboards to match existing baseboards if damaged during removal or installation. Reclamation: In accordance with EPA guidelines, and to reduce landfilling, the contractor shall dispose of all carpet and associated waste at a certified carpet reclamation center. The contractor shall provide written certification that these materials are properly discarded and not deposited in a landfill. Carpet containing hazardous substances shall be disposed of in accordance with hazardous waste regulations. Cleanup: Vacuum newly installed carpet using a machine with a face-beater bar element. Remove spots or stains and replace carpet or vinyl tile where spots cannot be removed and clean vinyl or rubber cove base of all foreign materials. Contractor shall return unused government furnished materials to the CE warehouse, Altus AFB OK. Remnants of carpet less than one (1) square yard shall be classified as debris or as directed by the Contracting Officer/Administrator be left at the sight for a walk off mat. Contractor is responsible for removing all waste materials and debris from the installation site on Altus Air Force Base and discarding at an approved off base landfill site or reclamation center according to Federal and State regulations. Non-Reimbursable Materials: The contractor shall furnish adhesives, seam sealer, seam tape, tack strips, etc. for installation of floor covering materials at no additional cost to the government. Cost for these items shall be included in the price for the appropriate line item. The contractor shall use the proper adhesive and apply the proper quantities recommended by the flooring manufacturer. If additional adhesive coverage is requested by the government (i.e. full spread versus grid pattern), the government will reimburse the contractor for the additional adhesive. Reimbursable Materials: Floor covering materials (i.e. carpet, ceramic, vinyl or rubber tile, padding, wood flooring, etc.) and floor accessories (i.e. wall base, transition strips, patching compound, door thresholds, etc.) that are verbally requested by the government, to be contractor furnished, shall be on a cost reimbursable basis. The contractor shall submit vouchers and supporting documentation for material furnished by the contractor. The QAE and the contractor will measure and agree on quantities for reimbursement. The contractor shall comply with the competition requirements of the FAR and obtain the lowest price possible. For individual items over $2,500, the contractor shall obtain three separate quotes. The contractor shall not purchase materials for reimbursement until the QA gives verbal approval, followed by written approval. The contractor will not be reimbursed for any unauthorized purchases. Performance Time: Installations are to commence within thirty (30) days, unless stated otherwise in the delivery/task order. If floor covering material has to be ordered from the manufacture the time limit may need to be extended. After issuance of the delivery order, installations shall be accomplished during normal duty hours of 7:30 a.m. to 4:30 p.m. Monday through Friday. The contractor shall request, in writing, for performance periods outside the normal working hours prior to issuance of the delivery order. The contractor has 24 hours to respond and 24 hours thereafter to repair or replace damaged flooring materials caused by installation problems. Carpet Products/Materials CARPET TILE: Dormitory Use Contractor purchased dormitory carpet tile specifications are listed below. Contractor will purchase carpet tiles when specifically called for in the delivery order. Carpet shall be comprised of recycled materials when possible. Manufacture: Lee (or CO approved equal) Backing: Ergoair Pattern: DV 222 Size: 18? x 18? Style: Metro-Tech NSN S214-01-WPC ? ARPET Color A CARPET TILE: Industrial/Administrative Use Contractor purchased carpet tile specifications are listed below. Contractor will purchase carpet tiles when specifically called for in the delivery order. Carpet tile shall be comprised of recycled materials when possible. Color/pattern shall be selected by the government from the contractor?s showroom display and manufactures samples. Construction: Textured Loop Pile Tile Face Yarn: 100% Solution Dyed BSAF Nylon Tufted Yarn Weight: 28 ounce Dye Method: Solution Gauge: 1/10 Stitches Per Inch 9 Primary Backing: Woven Poly Secondary Backing: Vinyl Total Weight: 189 ounces Wear Warranty: Ten Years Static Control: Less than 3.5 kv Radiant Panel: Class 1 Smoke Density: Less than 450 BROADLOOM: Industrial/Administrative Use Contractor purchased carpet specifications are listed below. Contractor will purchase carpet when specifically called for in the delivery order. Carpet shall be comprised of recycled materials when possible. Color/pattern shall be selected by the government from the contractor?s showroom display and manufactures samples. Construction: Loop Pile / Textured Loop Face Yarn: 100% Solution Dyed Nylon Tufted Yarn Weight: 28 ounces Dye Method: Solution Tufted Pile Height: .125 low / .188 high Gauge: 1/10 Stitches Per Inch: 8 Primary Backing: Woven Poly Secondary Backing: Actionbac Total Weight: 66 ounces Wear Warranty: Ten Years Static Control: Less than 3.5 kv Radiant Panel: Class 1 Smoke Density: Less than 450 CARPET PADDING: Use recycled products to the greatest extent possible. Thickness: 1/4" to 9/16? Facing: 100% Synthetic Rubber Density: 22 pound, anti-microbial Vinyl Products/Materials ? Tile and Cove Base VINYL COMPOSITION TILE: Armstrong, Azrock, or CO approved equal. Tiles comply with requirements of Federal Specifications SS-T-321B. Asbestos free and ASTM designation F-1066-95. Thickness 3/32? and 1/8? Size 12? x 12? Vinyl enhanced tile Color and pattern shall be selected by the government from the contractor?s showroom display and manufacture?s samples. NAFCO custom quarry or CO approved equal. Tiles comply with requirements of Federal Specifications SS-T-321B. Asbestos free and ASTM designation F-1066-95. Thickness 1/8? Size 12? x 12? or 6? x 6? Look Luxury Vinyl Flooring Color and pattern shall be selected by the government from the contractor?s showroom display and manufacture?s samples. Congoleum ?Durastone? or CO approved equal. Tiles comply with requirements of Federal Specifications SS-T-321B. Asbestos free and ASTM designation F-1066-95. Thickness 0.160? Size 16? x 16? High Performance Flooring Color and pattern shall be selected by the government from the contractor?s showroom display and manufacture?s samples. COVE BASE and INSIDE/OUTSIDE CORNERS Cove Base Material: Roppe or CO approved equal. Thickness: 1/8? Height: 4? to 6? Length: 120? Coils Inside/Outside Corners Material: Roppe or CO approved equal. Thickness: 1/8? Height: 4? to 6? Color and pattern shall be selected by the government from the contractor?s showroom display and manufacture?s samples. U.S. Federal Specifications No. SS-40a type 11, vinyl plastic class 1 (vinyl chloride) style b. Each delivery order may have a different color rubber cove base. All inside and out side corners will be factory made with the same height and thickness as straight runs of cove base being used. Stone Products/Materials ? Ceramic and Quarry Tile Ceramic Tile: Glazed or unglazed tiles/mosaics. Manufacturer: Daltile, American Olean or CO approved equal. Size 1? x 1? and 2? x 2? Thickness ?? +/- Edge bonded into min 12? x 24? sheets Color and pattern shall be selected by the government from the contractor?s showroom display and manufacture?s standard samples. Quarry Tile/Stone Pavers: Polished or unpolished floor tile. Manufacturer: Daltile, American Olean or CO approved equal. Size 12? x 12?, 16? x 16? and 24? x 24? Thickness 5/16? Nominal Color and pattern shall be selected by the government from the contractor?s showroom display and manufacture?s standard samples. Stone/Marble Thresholds: Manufacturer: Daltile, American Olean or CO approved equal. Size Up To 6 Ft in Length Thickness Variable Color and pattern shall be selected by the government from the contractor?s showroom display and manufacture?s standard samples. The estimated Period of Performance is a Basic Contract Period of 01 Sept 03 thru 31 Aug 04, with four one-year option periods. The final option year, if exercised would be 01 Sept 07 thru 31 Aug 08. The Government reserves the right to decide whether or not a Small Business Set-Aside is appropriate based on responses to this notice. All small business concerns that respond are requested to provide sufficient written information supporting their capability to perform. This information should include as a minimum (a) company name, address, point of contact, telephone number and email address; (b) approximate annual gross revenue; (c) small business status (i.e. 8(a), HUBZone, veteran-owned, woman-owned, minority-owned, etc); (d) experience and pertinent past and current contracts with references and points of contacts; (e) comments indicating whether or not a proposal would likely be submitted if a formal solicitation would be posted. The planned NAICS (North American Industry Classification System) code is 238330 with a business size standard of $12 million. All required information should be provided via e-mail by 1 May 03 michael.young@altus.af.mil. E-mail responses are preferred; however, responses may be faxed to (580) 481-5138, or mailed to the attention of MSgt Michael Young at 97 CONS/LGCB, 303 J Avenue Bldg 302, Altus AFB, OK 73523-5132. Future information on this acquisition such as Set-Asides, Statement of Work, Request for Proposal, etc., will be posted at the http://www.fedbizzops.gov website. It is the responsibility of the perspective offeror to check this site regularly for any changes.
- Place of Performance
- Address: Altus Air Force Base, Altus, Oklahoma
- Zip Code: 73523
- Country: USA
- Zip Code: 73523
- Record
- SN00308348-W 20030423/030421213354 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |