Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2011 FBO #3539
SOLICITATION NOTICE

72 -- Replace Theater Seating

Notice Date
8/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
SER - Everglades National Park Contracting & Property Management40001 State Road 9336, Ph: (305)242-7790 Homestead FL 33034
 
ZIP Code
33034
 
Solicitation Number
P11PX53581
 
Response Due
8/22/2011
 
Archive Date
7/31/2012
 
Point of Contact
William W. Leady Contract Specialist 3052427792 William_W_Leady@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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; quotes are being requested. A written solicitation will not be issued. This solicitation is being issued as RFQ # E11PX53581.The U.S. Department of the Interior, National Park Service, Fort Frederica National Monument, located in St. Simons Island, Georgia, has a requirement to purchase to purchase and install theater seating. The North American Industry Classification System (NAICS) code is 337127 and the size standard is 500 employees. The Government intends to award a firm fixed price contract in accordance with FAR Part 12, Acquisition of Commercial Items.Note: The following specification criteria have been assembled to promote the procurement of post-consumer/post-industrial recycled content. Additional considerations related to product performance, product warranty, or other High Performance building criteria are included where appropriate.PART 1 - GENERAL1.02SUMMARY1.Provide labor, materials, and supervision necessary to properly remove existing seating from the Fort Frederica National Monument Theater and install approximately 84 LEED qualified seats per the following specifications.a.Post-consumer and/or post-industrial recycled content; total recycled content to be no less than 40%b.Product coding labels (to promote future recycling of used products);c.Emissions testing for improved indoor air quality; andd.Reduced-emission, reduced-toxicity installation adhesives.e.No VOC's1.02REFERENCES / QUALITY ASSURANCE(for recycled content and other High Performance building criteria)1.Recycled Content:'Recycling Activities in the Carpet Industry'(reference only), Carpet and Rug Institute, Dalton, GA, http://www.carpet-rug.com2.Installation:American Society for Testing and Materials (ASTM)3.American Standards for testing materialsa. ASTM E84: Standard Test Method for Surface Burning Characteristics of Building Materials4.National Fire Protection Association (NFPA):a.NFPA 265 - Standard Methods of Fire Tests for Evaluating Room Fire Growth. 1.03SUBMISSION REQUIREMENTS1.Manufacturer's certification of recycled content per section 2.01 of this specification.2.Manufacturer's certification of product compliance with adhesive standards per section 2.01 of this specification.3.Manufacturer's certification of product compliance with emissions testing standards per section 2.01 of this specification.4.Manufacturer's certification of product labeling per section 2.01 of this specification.5.Material Safety Data Sheets.6.Manufacturer's maintenance and cleaning instructions.7.Manufacturer's policy statement on recycling programs.8.Shop Drawings: Submit shop drawings of layout, edge conditions, core configuration and fabric. 1.04DELIVERY AND STORAGE1.Delivery and Storage will be coordinated with COTR prior to mobilization.2.Seating is to be stored per manufacturer's recommendations for allowable temperature and humidity range prior to installation. Seating shall not be allowed to become damp. PART 2 - PRODUCTS2.01 MATERIALS1.Environmental Criteria:a.Recycled Content: Seating systems shall have combined total recycled content of 40% minimum, with a minimum of 40% resulting from post-industrial/post-consumer recycled content. 1.Seating Selection:b.Contractor is responsible for providing literature, brochures, and samples of three (3) types of seating systems based upon COTR's description and preference for colors, shapes, styles, post-consumer recycled content, fabric, backing, etcc.Seats shall have similar anchoring system as original and will cover existing protruding bolt system and carpet imperfections due to existing seating. NOTE: Any deviation from this will not be accepted.d.Seating shall be fabric backed on the seat and back rest e.Seats shall return to an upright position upon exiting the seat f.Seating shall complement existing color theme in theater.PART 3 - EXECUTION3.01SCOPE1.Project will consist of the removal of existing seating, recycling of all removed content, and installation of new seating system in accordance with specifications.2.Contractor is responsible for following all OSHA safety regulations, COTR will not accept any unsafe behavior.3.Any activities performed on-site that do not pertain to the work being performed shall be at the discretion of the COTR.4.No use of radios shall be permitted during business hours3.02INSTALLATION1.New seating system shall be installed according to the manufacturer's specifications2.Field verify the dimensions and amount of materials required.3.Seating shall be free from defects in manufacturing and workmanship.4.All seating shall have the same appearance across the board (No Exceptions).5.All hardware shall be fastened securely and shall have the same finished look on all installations (No Exceptions).6.Work Hours: All work will be conducted during Normal Business Hours (Monday thru Friday, 9:00 A.M. to 3:30 P.M.), excluding holidays, unless otherwise authorized. 7.Fort Frederica National Monument reserves the right to adjust any schedule modifications back to the original scheduled hours at any time. 8.Work must be performed with the coordination of National Park Service staff and must not adversely impact Park operations. If work must be performed after close of business to accomplish this task, contractor assumes all cost associated with performing work after normal business hours.3.03 EXAMINATION1.Site Verification of Conditions:a.All work will be inspected daily by the COTR.b.No defects resulting in workmanship or manufacturing will be accepted.c.Contractor shall examine surfaces for unevenness, irregularities and dampness that would affect quality and execution of work and correct the issues prior to installation.d.Contactor shall not proceed with installation of seating system until unacceptable conditions are corrected.3.04 Schedule of Work1.All work is to be performed during normal business hours which are: Monday thru Friday 9:00 A.M. to 3:30 P.M.2.Under NO circumstances can work be performed outside of National Park Service normal business hours without prior written consent.3.Fort Frederica National Monument reserves the right to adjust any schedule modifications back to the original scheduled hours defined in this Scope of Work at any time. 4.Work shall begin within 15 days of awarding of contract, and shall extend no later than 60 days.5.Vehicle parking shall be in the rear parking lot of the Visitor Center Parking Area.3.05 WASTE MANAGEMENT1.Contractor will divert waste from landfill by researching and selecting a recycling company who will recycle removed ceiling grid and guarantee it will be recycled. Contractor will provide Fort Frederica National Monument a copy of the recycling receipt/certificate prior to final payment.2.All debris and trash shall be removed from the building by the contractor after each workday and disposed of properly at the Contractors expense.3.06 INCIDENTAL DAMAGES1.Contractor is responsible for any damage caused to the building or U.S. Dept. of the Interior property during the delivery and installation of the above items or work performed. Any incidental damages caused by the contractor shall be repaired or replaced at the Contractors expense. Prime contractors shall be responsible for damage caused by their Subcontractors. Prior to performing any work the contractor should make note of any existing conditions that could be construed as incidental damage and report it to the COR in writing.3.07 WARRANTY1.Manufacturer's warranty to cover the materials and workmanship for a minimum period of 3 years from the date of final acceptance. The installer's warranty to cover the installation of the panels for a minimum of two years from the date of installation. Contractor shall specify all components, quantities, unit prices and total price, and explain the purpose of each component. Contractor shall perform all work in accordance with all prevailing local, state and federal codes, and any local or national ordinances or regulations. The COTR shall inspect the installation. A contractor's authorized signature may be required.Please email all questions to William_W_Leady@nps.gov no later than 18 August, 2011. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.All proposals must be submitted via mail or email no later than 22 August, 2011. The address to submit proposals via regular mail is: William W. LeadyContract Specialist Everglades National Park/NPS 40001 SR 9336Homestead, FL 33034The address to submit proposals electronically is: William_W_Leady@nps.gov.The FOB point will be Destination. 'FOB Destination' means that all costs for transportation or freight from the shipping point shall be paid by the contractor and included as a separate line item. The total price should include all shipping cost.The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52.212-02, Evaluation - Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision: Quotes will be evaluated based on best value to the Government, which will result from low price. FAR 52.212-03, Offeror Representations and Certifications - Commercial Items; FAR 52.212-04, Contract Terms and Conditions - Commercial Items; FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) the following clauses apply: FAR 52.219-06; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01; FAR 52.232-33); FAR 52.204-07, Central Contractor Registration; FAR 52.211-05, Material Requirements; FAR 52.223-06, Drug-Free Workplace; FAR 52.247-34, FOB Destination. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/FAR. The contractors identified for the competition are required to be registered on all of the following websites: National Business Center (NBC) - http://ideasec.nbc.gov/, the Central Contractor Registration System (CCR) - http://www.ccr.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PX53581/listing.html)
 
Place of Performance
Address: Fort Frederica National Monument, St. Simons Island, GA
Zip Code: 31522
 
Record
SN02517811-W 20110803/110801235923-f4b683885933d9617c71fc6931c213fa (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.