SOLICITATION NOTICE
J -- REPLACE WALLCOVERING
- Notice Date
- 6/25/2004
- Notice Type
- Solicitation Notice
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
- ZIP Code
- 27531
- Solicitation Number
- FA4809-04-Q-0302
- Response Due
- 7/8/2004
- Archive Date
- 7/23/2004
- Point of Contact
- Gwanna Muchison, Contract Specialist, Phone 919-722-5423, Fax 919-722-5424, - Imelda Reantaso, Contract Specialist, Phone 919-722-5409 ext 250, Fax 919-722-5404,
- E-Mail Address
-
gwanna.muchison@seymourjohnson.af.mil, imelda.reantaso@seymourjohnson.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2001-22 & 23. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Small Business Set Aside. Solicitation Number is FA4809-04-Q-0302. The NAICS code 238320 (Painting and Wallcovering Contractors) applies to this solicitation. The size standard is $12,000,000. The item description is as follows: To replace wallcovering in Bldg 4421. DESCRIPTION: 1. Contractor shall provide all plans, labor, equipment, appliances, and perform all operations to replace wallcovering in Building 4421, Seymour Johnson AFB, NC. 2. Contractor shall observe the same regular work week being observed by shop forces which is from 0730 to 1630, Monday through Friday. Any deviations from this schedule shall require approval from the contracting officer. 3. Prospective bidders are encouraged to visit the job site before submitting bids. Contractor will be responsible for any and all measurements, quantities, and equipment pertaining to contractor supplied material or parts necessary for the full completion of this contract. 4. All workmanship will comply with standard trade practice. 5. Contractor shall keep the work site free from accumulation of waste materials. All waste generated by any work under this contract shall be handled, transported, stored, and disposed of off base by the contractor in accordance with all applicable Federal, State, and local laws. Daily, and upon completion of the contract, the contractor shall leave the work site and premises in a clean, neat condition satisfactory to the Contracting Officer or his representative. 6. Contractor shall be responsible for protection of grounds, buildings, personnel and equipment therin while performing services called for in this contract. 7. Contractor will guarantee all contractor supplied material and workmanship for a period of one (1) year from completion of work. 8. Contractor shall remove existing wall covering and install new Government supplied wall covering. Government will also supply adhesive. Contractor will make any and all necessary repairs to walls after old paper is removed, to include skimming with sheetrock compound to make sure wall is smooth and acceptable for new wall covering installation. Contractor will size walls to receive new wall covering. Wall covering provided by Government will be Koroseal Harborweave, 2121-04 Feather Dawn. Adhesive will be Gibson-Homans Shur-Stic. This contract will involve the replacement of approximately 1000 LY of 54? wide wall covering. Contractor will be responsible for all other supplies necessary to accomplish this contract other than the wall covering and adhesive supplied by government. Department of Labor Wage Determination number 94-2393 Rev (25) is to be used during the contract, www.ceals.usace.army.mil. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors--Commercial Items. FAR 52.212-3 Alt 1 Offeror Representations and Certifications?Commercial Items (Offerors must include a completed copy of this provision with their quote). FAR 52.212-4 Contract Terms and Conditions?Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: 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, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Wquivalent Rates for Federal Hire, 52.225-3 Buy American Act-Free Trade Agreements ?oIsraeli Trade Act Alt II, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.219-1 Alt 1 Small Business Program Representation (Offerors must include a completed copy of this provision with their quote). FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-25 Affirmative Action Compliance. The following are also applicable to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report. Primary Point of Contact is SSgt Gwanna Muchison at (919) 722-5425 and Alternate is TSgt Imelda Reantaso at (919) 722-5606. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT July 08, 2004 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5424. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Electronic Posting System (EPS) Internet website only.
- Place of Performance
- Address: 1095 PETERSON AVENUE, BLDG 4421, SEYMOUR JOHNSON AFB NC
- Zip Code: 27531
- Country: USA
- Zip Code: 27531
- Record
- SN00610245-W 20040627/040625230603 (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 |