Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2006 FBO #1735
SOLICITATION NOTICE

Z -- Underlayment, vinyl flooring, PVC tile flooring and cove base molding for various spaces at the Jenkins Cannery

Notice Date
8/25/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Historic Preservation Training Center National Park Service Gambrill House 4801-A Urbana Pike Frederick MD 21704
 
ZIP Code
21704
 
Solicitation Number
N2680060201
 
Response Due
9/14/2006
 
Archive Date
8/25/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number N2680060201 is issued as a Request for Proposal (RFP) for all labor, materials and installation necessary to provide underlayment, vinyl flooring, PVC tile flooring, and cove base molding for various spaces at the Jenkins Cannery, 5 Commerce Street, Frederick, Maryland. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-12. The North American Industry Classification System (NAICS) is 238330. The Solicitation is a total Small Business Set-Aside Size Standard is $13 million average annual receipts. The Contractor shall provide and install approximately 780 square feet, 540 square feet Break Room, 120 square feet Office #1 and 120 square feet Office #2 of 1/4" APA rated sheathing to the plywood sub-floor using ?" chisel point staples, or equivalent, with a maximum spacing of 3 inches along the panel edges and 6" each way within the panel. Staples shall be set back 3/8" from all panel edges. The underlayment face grain pattern shall run perpendicular to the existing plywood sub-floor with joints offset a minimum of 2" from the sub-floor joints. Panels shall be spaced 1/32" at ends and edges. All edge gaps, sunken edges, splits, gouges, gaps, chips and other damaged areas shall be filled and sanded flat with Mannington MVP 2033 Fast Patch or equivalent. Pricing for underlayment shall include all labor and materials necessary to complete the installation in accordance with the above specification as follows: 780 square feet Unit Price $___________, Total Price $__________. The Contractor shall provide and install approximately 87 square yards, 60 square yards Break Room, 13.5 square yards Office #1 and 13.5 square yards Office #2 of commercial sheet vinyl flooring in accordance with Government-Furnished drawing. The Government-Furnished drawing is available for downloading at: http://www.nps.gov/training/hptc/hptc.htm under Preservation Services, Solicitations. Flooring shall be Mannington Commercial Magna Multiflec, Color Number 18012 Suede. The product shall have an overall gauge of .080" (2.03 mm) nominal, a wear layer thickness of .055" (1.39mm) nominal and be available in 6 foot (1.93m) widths. The vinyl shall be manufactured in accordance with ASTM Specification F-1303, Type II, Grade 1, Glass A, shall be asbestos free, and shall come with a limited five-year commercial warranty as detailed in the Mannington Commercial Magna Maintenance and Warranty brochure. Adhesive used in the installation shall be Mannington Commercial V-81 Adhesive applied using a full-spread installation method. Chemical seal and all seams using Mannington Commercial MCS-32 Seam Sealer or heat weld using Mannington Heat-Welding Rods. Installation shall be done in accordance with the Mannington Professional Installation Guide. After 48 hours of installation, and proper curing of seam sealers, the floor covering shall be damp-mopped with a properly diluted, non-alkaline, general-purpose floor-cleaning solution to remove heel marks or stubborn soil that may have occurred during the installation. When the floor has been thoroughly cleaned and dried, immediately apply multiple (3-5) coats of cross-linked acrylic floor polish to protect the floor allowing sufficient dry time between each coat. Pricing for sheet vinyl shall include all labor and materials necessary to complete the installation in accordance with the above specification and as follows: 87 square feet Unit Price $__________, Total Price $___________. The Contractor shall remove of and dispose of any existing wall base materials. The Contractor shall furnish and install approximately 172 linear feet, 90 linear feet Breakroom, 41 linear feet Office #1 and 41 linear feet Office #2 of rubber wall base. Base shall be Johnsonite Rubber Wall Base (DC) and shall be constructed of first quality raw materials. Base shall be smooth and free of any imperfections which could detract from its appearance. The rubber wall base shall be a height of 4" (10.16cm) and be installed using the longest lengths possible. The Contractor shall provide a toe type base in 1/8" thickness. Base shall be Number 132 Espresso in color, shall be installed inside and outside corners, and shall be applied using the appropriate base adhesive. The wall base shall meet the dimensional and performance requirements of ASTM F-1861, Type TP, Group I solid, Standard Specification for Resilient Wall Base. Pricing for rubber wall base shall include all labor and materials necessary to complete the installation in accordance with the above specification and as follows: 172 square feet Unit Price $__________, Total Price $___________. The Government will be responsible for the temporary removal and return of all office paperwork, books, binders, computers, furnishings, shelves, cabinets, lockers and associated paraphernalia within Office #1, Office #2, and the Break Room. The Contractor shall be responsible for maneuvering the refrigerator as necessary to accommodate flooring installation. The Contractor shall verify all field measurements and sub-floor conditions prior to installation. It is the responsibility of the Contractor to adjust measurements and prepare the wood sub-floor as necessary to ensure proper installation of the underlayment and to correct any imperfections to ensure a smooth and level surface. This is to include, but not be limited to, the removal of any surface dust, ground in dirt, glue and paint drips and other surface debris, and the filling and leveling of voids and irregular surfaces as needed. The Contractor shall modify existing doors as necessary to properly clear the new flooring in any opened or closed position. Door modifications shall be made in such a manner as to not degrade the door's fire rating. All cut surfaces shall be filed and sanded smooth to eliminate sharp edges and touched up with an appropriate primer and matching finish paint. Low profile aluminum transition strips and thresholds shall be installed in the perimeter doorways as identified in the Scope of Work for installation of PVC floor tile in the adjacent Shop and Foyer. The underlayment and sheet vinyl flooring installed shall be installed in a manner that shall be compatible with the installation of those transition strips and thresholds to provide a smooth transition between the two flooring surfaces within each doorway. The Contractor shall clean up and remove from the premises all project related scrap and debris. The Contractor shall complete work within a timeframe that minimizes Break Room and Office down time and disruption to the adjacent Shop, and in accordance with the dates provided as part of your proposal submission. Normal hours of operation within the Jenkins Building are between 6:00am and 5:30pm Monday through Thursday. The Government shall provide one person to be on-site during any work that occurs outside of the Government's regularly scheduled hours of operation. The Contractor shall provide and install approximately 330 square yards of resilient, PVC tile flooring in the Shop and adjacent Foyer containing up to 100% post-industrial recycled PVC and polyester fibers in accordance with the Government-Furnished drawing. Flooring shall be Yemm and Hart Flexisurf with a matte surface pattern in a 1/4 inch thickness applied as 24" x 24" square cut tiles. The flooring color shall be divided between Color Number 2807 Tan and Color Number 2805 Green as designed in the Government-Furnished drawing. The Contractor shall also supply an additional 2 percent of each color flooring tile to be retained by the Government as attic stock for future repairs. Installation shall be in accordance with Yemm and Hart recommendations and guidelines for installation over a wood sub-floor and shall be completed in such a way as to fully support and maintain the manufacturer's 2-year product warranty. Adhesive used in the installation shall be Two-Part Epoxy, PA 127 as recommended and available through Yemm and Hart. All tiles shall be perimeter edge glued only to enable easier removal should individual tile replacement ever be required. Excess adhesive and any other installation debris, marks and dirt shall be cleaned from the tile surface after installation is complete. The Contractor shall verify all field measurements and sub-floor conditions prior to installation. The Contractor shall adjust measurements and prepare the wood sub-floor as necessary to ensure proper adhesion of the mastic and to correct any imperfections to ensure a smooth and level surface. This is to include, but not be limited to, the removal of any surface dust, ground in dirt, glue and paint drips and other surface debris and sanding or filling all seams as needed to prevent the telescoping of sub-floor seams. The Contractor shall install ?" wood quarter-round over all perimeter edges against the existing 1x6 baseboard and against the base of the radial arm saw work bench. Quarter round shall be primed and finish painted to match the existing base around the perimeter and left unfinished against the workbench. Flooring shall be installed up to and around the following: Work bench "D" with two radial arm saws. Flooring shall be installed up to and around the work bench on the front and either side. Flooring shall not be installed in the small open area behind the work bench up to the exterior wall; Lumber rack at east end of the shop. Flooring shall be installed up to and around the steel cords attached to the floor. Pricing for PVC file flooring for these areas shall include all labor and materials necessary to complete the installation in accordance with the above specification and as follows: 330 square yards Unit Price $__________, Total Price $___________. The Contractor shall provide and install approximately 73 square yards of resilient, PVC tile flooring and associated stair treads with nosing and tile risers for one entry stairway consisting of one step, two noses and two risers in the Paint Room containing up to 100% post-industrial recycled PVC and polyester fibers in accordance with the attached Government-Furnished drawing. Flooring shall be Yemm and Hart Flexisurf with a Matte surface pattern in a ?" thickness applied as 24" x 24" square cut tiles. The flooring color shall be Color Number 2807 Tan throughout. The Contractor shall also supply an additional 2 percent of the flooring tile to be retained by the Government as attic stock for future repairs. Installation shall be in accordance with Yemm and Hart recommendations and guidelines for installation over a concrete sub-floor and wooden stairs and shall be completed in such a way as to fully support and maintain the manufacturer's 2-year product warranty. Adhesive used in the installation shall be 2-Part Epoxy - PA 127 as recommended and available through Yemm and Hart. All floor tiles shall be perimeter edge glued only to enable easier removal should individual tile replacement be required. Stair files and nosing shall be fully glued. Excessive adhesive and any other installation debris, marks and dirt shall be cleaned from the tile surface after installation is complete. The Contractor shall verify all field measurements and sub-floor conditions prior to installation. It is the responsibility of the Contractor to adjust measurements and prepare the concrete sub-floor as necessary to ensure proper adhesion of the mastic and to correct any imperfections to ensure a smooth and level surface. This shall include, but not be limited to, the removal of any surface dust, ground in dirt, glue and paint drips or other surface debris, and the filling and leveling of voids and irregular surfaces as needed. Pricing for PVC file flooring for these areas shall include all labor and materials necessary to complete the installation in accordance with the above specification and as follows: 73 square yards Unit Price $__________, Total Price $___________. The Government will be responsible for the temporary removal, relocation, and reinstallation of all tools, equipment, machinery, workbenches, lockers, and project related materials located in the Shop, Foyer, and Paint Room as necessary to accommodate flooring installation, unless otherwise specified above. The Government will also be responsible for securing any tools and equipment that shall remain on the walls during flooring installation and for prepping the project area to a condition of being "broom-swept clean" prior to the start of work. The Contractor shall modify existing doors as necessary to properly clear the new flooring in any opened or closed position. Door modifications shall be made in such a manner as to not degrade the door's fire rating. All cut surfaces are to be filed and sanded smooth to eliminate sharp edges and touched up with an appropriate primer and matching finish paint. Low profile aluminum transition strips and thresholds shall be installed as needed in perimeter doorways. Existing thresholds shall be modified or replaced as needed with equivalent low profile units. New underlayment and sheet vinyl flooring shall be installed in accordance with the above Scope of Work in the adjacent Break Room and Offices. The PVC tile and transition strips or thresholds installed as part of this Scope of Work shall be installed in a manner that shall be compatible with the installation of those materials to provide a smooth transition between the two flooring surfaces within each doorway. The Contractor shall clean up and remove from the premises all project related scrap and debris. The Contractor shall complete work within a timeframe that minimizes Shop, Foyer and Paint Room down time. Work shall not close the Shop, Foyer, or Paint Room for more than one calendar work week. Normal hours of operation within the Jenkins Building are between 6:00am and 5:30pm Monday thru Thursday. The Government will provide one person to be on-site during any work that occurs outside of regularly scheduled hours of operation. Work shall commence on or before October 26, 2006 and be completed not-later-than November 13, 2006. Work after hours and on weekends is encouraged as to not disrupt the operations of the facility. The Contractor may, at their option, elect to work nights and weekends. A mandatory Site Visit and Pre-Proposal Conference will be held on-site at the Jenkins Cannery, 5 Commerce Street, Frederick, Maryland on September 8, 2006 at 10:00 a.m. Contact Sheila Rushlow via EMail at: sheila_rushlow@nps.gov of your availability to attend. The following provisions and clauses are applicable to this acquisition and are available at http://acquisition.gov/far/index.html. FAR 52.212-1, Instructions of Offerors-Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, 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, FAR 52.212-5, Contract Terms and Conditions, FAR 52.211-11 Liquidated Damages-Supplies, Services, or Research and Development (Sept 2000) (a) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of $1,140 per calendar day of delay. (b) If the Government terminates this contract in whole or in part under the Default-Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. (c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without the fault or negligence of the Contractor as defined in the Default-Fixed-Price Supply and Service clause in this contract. FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). Evaluation of Commercial Items: The following evaluation criteria will be used to evaluate proposal submission: (1) Detailed schedule with specific dates and anticipated hours of operation required for the completion of tasks within each location, in accordance with the period of performance identified above, and the timeframes identified for completion of work as follows: Break Room A. Remove existing base and prepare sub-floor-Days and Hours of Operation: _______________ B. Install Underlayment-Days and Hours of Operation:_______________ C. Install sheet vinyl flooring and rubber cove base- Days and Hours of Operation:_______________ D. Final Cleaning-Days and Hours of Operation:_______________: Office#1 A. Remove existing base and prepare sub-floor-Days and Hours of Operation: _______________ B. Install Underlayment-Days and Hours of Operation:_______________ C. Install sheet vinyl flooring and rubber cove base- Days and Hours of Operation:_______________ D. Final Cleaning-Days and Hours of Operation:_______________: Office#2 A. Remove existing base and prepare sub-floor-Days and Hours of Operation: _______________ B. Install Underlayment-Days and Hours of Operation:_______________ C. Install sheet vinyl flooring and rubber cove base- Days and Hours of Operation:_______________ D. Final Cleaning-Days and Hours of Operation:_______________: E. Final Inspection and Acceptance of these areas- Days and Hours of Operation:_______________: Shop and Foyer A. Prepare sub-floor-Days and Hours of Operation: _______________ B. Modify Doors -Days and Hours of Operation:_______________ C. Install PVC tile flooring-Days and Hours of Operation:_______________ D. Install and finish quarter round-Days and Hours of Operation:_______________. Final Cleaning-Days and Hours of Operation:_____________. Paint Room A. Prepare sub-floor-Days and Hours of Operation: _______________ B. Modify Doors-Days and Hours of Operation:_______________ C. Install PVC tile flooring-Days and Hours of Operation:_______________ D. Final Cleaning-Days and Hours of Operation:_____________. Final Inspection and acceptance of this area-Days and Hours of Operation______________. For each product, identify lead times needed to purchase materials. (2) At least two or more previous flooring installations with either the same type of flooring products as specified or similar. Include manufacturer, type of product, product description, client name, address, telephone number and point of contact. Evaluation Criteria 1 is weighted as 60 points, with Criteria 2 weighted as 40 points. Award of any contract resulting from this solicitation will be made to the responsible offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. Technical quality is significantly more important than cost or price. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. As the technical merit and evaluated cost or price becomes essentially equal, other factors may become the determining factor. The Government reserves the right to make award without further discussion. Proposals shall be submitted in an original and three copies by no later than 12:00 p.m. Eastern Standard Time on September 14, 2006 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704. Proposals shall include the following information: Technical Information: (1) Detailed schedule with specific dates and anticipated hours of operation required for the completion of tasks within each location, in accordance with the period of performance identified above, and the timeframes identified for completion of work in accordance with above detailed breakdown and (2) At least two or more previous flooring installations with either the same type of flooring products as specified or similar. Include manufacturer, type of product, product description, client name, address, telephone number and point of contact. Business Management Cost Proposal: (1) Individual descriptions of materials with unit price and total prices for each identified material as outlined above. (2) Completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, or a statement that Annual Representations and Certifications have been done in accordance with FAR 52.204-08. (3) Originally signed copy of Standard Form 1449. FAR 52.212.-3 and Standard Form (SF) 1449 are downloadable at: http://acquisition.gov/far/index.html. For the SF 1449 go to: GSA Forms Library, Standard Forms (SF), SF 1449 Solicitation/Contract/Order for Commercial items. The form is available as either a fillable form or pdf file. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 60 days after the closing date for receipt of proposals. The Government anticipates award of a firm-fixed price contract on or before September 26, 2006. The point of contact for inquiries and clarifications is Sheila Rushlow, Contracting Officer, Telephone Number (301) 663-8206, Extension 103, Facsimile Number (301) 663-8032 or Email address sheila_rushlow@nps.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2278261)
 
Place of Performance
Address: Frederick, Maryland
Zip Code: 21701
Country: United States
 
Record
SN01126323-W 20060827/060825221939 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.