SOLICITATION NOTICE
Z -- Remove approximately 6,000 square feet of carpet tile and furnish and install new high quality industrial strength carpet tile.
- Notice Date
- 8/19/2004
- Notice Type
- Solicitation Notice
- NAICS
- 442210
— Floor Covering Stores
- Contracting Office
- US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-04-T-0087
- Response Due
- 8/26/2004
- Archive Date
- 10/25/2004
- Point of Contact
- margie.slavens, 660-438-7317
- E-Mail Address
-
Email your questions to US Army Engineer District, Kansas City
(margie.a.slavens@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Therefore, read this entire notice and the instructions herein. The solicitation is number W912DQ-04-T-0087 and is being issued as a request for quotes (RFQ). This acquisition will be se t-aside for small businesses. The NAICS Code is 442210. The size standard is $6 million. Award will be made to the firm that is the lowest price technically acceptable. SCOPE OF WORK TRUMAN VISITOR CENTER CARPET REMOVAL AND PLACEMENT. General - The contractor shall remove approximately 6,000 square feet of carpet tile from the observation area of the Harry S. Truman Visitor Center, and furnish and install new high quality industrial strength carpet tile. New carpet tile samples shall be submitted to the government for approval and shall be an approved equal to the existing carpet. Installation shall be in accordance with manufactured instructions. Certain displays shall be moved, so carpet can be placed beneath, while other displays will be carpeted around. All cove molding shall be removed and reinstalled when salvageable. If not salvageable the contractor shall furnish and install new cove molding to match existing mold ing in the observation area. Carpet tiles that can be salvaged shall be sorted and given to the government to be used in the future as replacement tiles. Trash Removal. All non-salvageable carpet and all construction trash shall be disposed of in the government furnished dumpster located in the Visitor Center area. SITE VISIT: Quoters are urged to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably ob tainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The Harry S. Truman Project Office, U. S. Army of Engineers, is located approximately 2.5 miles northwest of Warsaw, Missouri. Telephone (660) 4 38-7317. The Visitor Center is open Sunday through Thursday from 9:00 a.m. to 5:00 p.m. and from 9:00 a.m. to 6:00 p.m. on Friday and Saturday. ***NOTE: All measurements are estimated. The Contractor shall be responsible for determining exact square footage, waist, and conditions affecting performance of this work. Safety. During construction, the Contractor shall take action to protect all personnel working on and around the construction site. The Contractor shall take all necessary precautions to avoid damage to the existing facilities, displays and furniture. Th e lower level of the Visitor Center will remain open to the public, therefore, the contractor shall take steps to ensure the safety of the public, as well as maintain public access to the center. Pre-work Conference. After award, but prior to commencement of work, the Contractor shall attend a pre-work conference at the Truman Lake Project Office for discussing and developing a mutual understanding of the requirements, scheduling, and details of t he work. Performance. In the event the work is not performed to the satisfaction of the Government, per the specifications, the Contractor shall immediately take corrective action to bring the work up to an acceptable standard. Failure to correct the deficiencies will result in withholding payment for the work not performed. Work shall be completed between 15 September 2004 and 30 September 2004. All work must be completed by 30 September 2004. The contractor must be registered on the CCR Registration prior to award. To obtain information on CCR Registration telephone, call 1-888-227-2423, or obtain information via the Internet at www.ccr.dlis.dla.mil. Payment wil l be made in accordance with the fast payment act or by VISA Credit Card. The type of payment will be at the contractors option. The contractor shall submit certified payrolls and an invoice for payment upon completion of all services. Upon acceptance of the work the invoice will be processed for payment. The following Acquisition Regulations clauses are incorporated by reference: FAR 52.212-1, Instruction to Offerors Commercial Items July 03, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items FAR 52.212-4, Contract Terms and Conditio ns Feb 2002, FAR 52.237-2, Protect Government Buildings, Equipment and Property, FAR 52.252-1, Solicitation Provisions, and 252.204-7004, Required CCR. The following Acquisition Regulations clauses are incorporated by full text: CLAUSES 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2004) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3 , Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of comme rcial items: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4)(i) 52.219-5, Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I (Mar 1999) of 52.219-5. __ (iii) Alternate II (June 2003) of 52.219-5. __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. XX__ (7) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). __ (15) 52.222-21, Prohibition of Segregated Facilit ies (Feb 1999). XX__ (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). XX__ (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). XX__ (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). XX__ (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). __ (20)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (21) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). __ (22)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2004) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (23) 52.225-5, Trade Agreements (Jan 2004) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (24) 52.225-13, Restrictions on Certain Foreign Purchases (Oct 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (25) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). __ (26) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). __ (27) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (28) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). XX__ (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). XX__ (30) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (31) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (32) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (33)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631).. __ (ii) Alternate I (Apr 1984) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the cl ause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transac tions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final terminat ion settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for c ommercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000 ,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) U. S. Department of Labor Wage Rates are applicable to this Purchase Order and my be downloaded from http://www.nwk.usace.army.mil. Certified payrolls will be required prior to processing the invoice. Quotations shall be received by 10:00 a.m. August 26, 2004 at the following address: Corps of Engineers Project Office, Attn: Margie Slavens, 15968 Truman Road, Warsaw, Missouri 65355. QUOTES MAY BE FAXED TO 660-438-7815. All proposals should be marked wi th the Solicition Number W912DQ-04-T-087. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. For questions of a contractual nature contact Margie Slavens at (660) 438-7317 extension 1215 e-mail Ma rgie.A.Slavens@usace.army.mil. For question of a technical nature contract Sue Gehrt at (816) 983-3635 e-mail Susanna.g.gehrt@usace.army.mil. Place of Performance: U. S. Army Corps of Engineers, Harry S. Truman Visitor Center, Warsaw, MO 65355. QUOTE SH EET DUE NO LATER THAN 10:00 A.M. August 26, 2004. Bid Item 0001 Quantity Total Quote Labor, materials, and equipment necessary to remove approximately 6,000 square feet of carpet tile and furnish & install new carpet tile and baseboard per the attached Scope of Work 1 LS $____________
- Place of Performance
- Address: US Army Engineer District, Kansas City Harry S. Truman Project, 15968 Truman Road Warsaw MO
- Zip Code: 65355
- Country: US
- Zip Code: 65355
- Record
- SN00647619-W 20040821/040819212607 (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 |