Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2011 FBO #3557
SOLICITATION NOTICE

Z -- New Carpet and Laminite-Chemawa Indian School

Notice Date
8/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
 
ZIP Code
20191
 
Solicitation Number
A11PS01202
 
Response Due
8/30/2011
 
Archive Date
8/18/2012
 
Point of Contact
Quiana Galloway Contract Specialist 7033096521 quiana.galloway@bia.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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is A11PS01202 and this is a Request for Quotation (RFQ). This requirement is a 100% set-aside for Small Business. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the best value. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-50. The suggested North American Industry Classification System (NAICS) code is 442210. BACKGROUND: The Chemawa Indian School located in Salem Oregon is seeking a contractor to install and remove carpet and laminate flooring in the school. In accordance with the statement of work, and site visit, the contractor shall furnish all labor, and all materials and equipment necessary to replace carpet and laminate flooring for the Academic department hallways, offices, classrooms and storage and Administrative Offices located at Chemawa Indian School. REQUIREMENTS: Remove and install approximately 3,368 square yards of carpet and 6500 Square Feet of laminate flooring. (Contractor shall verify all measurements (square footage and yardage requirements) at the site visit). Ensure proper installation of carpet and installation for the required areasEnsure adhesive and installation is applied correctlyEnsure flooring is clear of rubbish for proper installation of flooring materialsAbide by the rules and requirements within the statement of workFurniture will to be removed by the vendor prior to work performance. CARPET REMOVAL AND INSTALLATION SPECIFICATIONS:Installation of carpet shall be located in the hallways, classrooms and offices.Modular Kraus Euro Tile, 7043 Rhone 18 oz. 100% BCF Polypropylene, 2x2 pressure sensitive squares, color: To be determined upon receipt of samples from the vendor.3368 sq yds including all cut off % for angled hallways and square rooms100% stain proof, Manufacturer Lifetime Stain Proof No Exceptions Limited Warranty4" wall base, 4390 lineal feetMercer rubber stair nose for stairs located in the classrooms.Pressure Sensitive, Kraus Premium Adhesive KPA-301, recommended by manufacturer LAMINATE REMOVAL AND INSTALLATION SPECIFICATIONS:Installation of laminate floor shall be located in the upstairs hallway.Kraus laminate floorUnderlaymentTransitions to match flooringFinish pieces for doorways and transitions areasFloors and walls that will receive new materials shall be clean, free of old materials in areas that will affect the installation of the new materials. WORKING AREA VERIFICATION:Verify all dimensions in the field, and advise the COR of any discrepancies before performing the work CONTINUITY OF SCHOOL OPERATION:Scheduled work is to minimize interference with the facilities normal operations. Perform all on-site work between the hours of 5pm and midnight, Monday through Friday or 8:00am to 5:00pm on Saturday and Sunday (Federal Holidays excluded), unless otherwise approved by the Contracting Officer. All requests to work outside these hours shall be submitted, in writing, to the COR, 24 hours in advance to enable satisfactory arrangements to be made by the government for inspecting the work in progress. QUALITY ASSURANCE - INSTALLER QUALIFICATIONS: An experienced installer that can demonstrate industry standard carpet installation shall be required and must be approved by the manufacturer.The Contractor shall take any steps necessary to protect government and occupant property from damage caused by weather or other occurrence while work is in progress to include all moved furnishings. Upon notification of completion by the contractor and on-site inspections by the COR, a determination will be made as to the satisfactory completion and acceptance of the contract specifications. Any segment of the operation that is not acceptable because of an unsightly or unprofessional appearance will be justification for rejection of the treatment. If the work is found to be in violation of specification requirements, the CO will issue a stop work order until the violation is resolved. The contractor will then incur all costs, both labor and material, for re-accomplishment of any unacceptable work identified.Contractor shall obtain approval of the COR for method of repair before making such repairs to the area. SITE AND AREA CLEAN UP:The contractor shall keep all work area clean and free of dust and debris resulting from the installation and removal of carpet and laminate flooring. Daily clean up throughout the job site is mandatory. Extra effort in clean up shall be made prior to weekends and holidays.a. Upon completion of work, removal all waste materials, tools, equipment, machinery and surplus materials. Clean all exposed surfaces of the work site and leave the property cleaner than its condition at the beginning of work.b. All excess materials and debris generated and existing materials which are to be removed are not indicated or specified for reuse in the new work shall, unless otherwise specified, become property of the contractor. The contractor at this expense shall remove such property from the construction site. RECYCLING AND DISPOSAL OF REFUSE:Refuse, excess or waste materials resulting from the construction operations shall become the property of the contractor and shall be recycled and or disposed of off Government Property. All disposals shall b done in accordance with federal, state, and local laws and regulations. EXISTING UTILITIES AND OUTAGES:The contractor shall not operate valves, similar components or existing systems without advance approval of the COR. The contractor shall coordinate and schedule any necessary utility (electrical, heating, etc) outage with the COR. The request for utility outages shall be in writing, directed to the COR, and shall specify the type of utility, reason for the outage and estimated length of the proposed outage. Utility outage shall be requested in advance. If the contractor damages a utility, the contractor shall repair the damage at his own expense. All damages shall be reported to the COR immediately. DAMAGES:The contractor shall be responsible for repairing damage caused by construction activities. Any damages incurred because of contractor's negligence in protecting subject surfaces shall be repaired or replaced at no additional cost to the government.The contractor will be responsible for and incur any and all labor and material costs required to repair any damages to government facilities that occurred during and as result of repair work, replacement operations, or new work, under this contract. This damage will be identified as separate from the condition of the facilities as identified during the initial inspection. Inspections will be conducted by the Contracting Officer's Representative (COR) and/or the school property/facility manager. NOTIFICATION OF START AND COMPLETION OF WORK:Contractor shall notify CO in writing the day commencement of work is anticipated and at the end of work performance the date when final inspection is anticipated. PLACE OF PERFORMANCE:The carpet and laminate installation and removal will be performed at Chemawa Indian School, 3700 Chemawa Road NE, Salem Oregon 97305. PERIOD OF PERFORMANCE:The services performed are estimated to be no longer than 40 hours. The period of performance is from date of award to September 30, 2011. SITE VISIT:Interested vendors are required to have a site visit for accuracy. Site visits will occur prior to contract award and prior to quote submissions.Site visits will be scheduled for one day only, tentatively on Monday, August 25, 2011. Interested vendors must call the COR, Facility Specialist, to confirm visit and receive instructions. COR POINT OF CONTACT:If you have additional service performance questions, please contact the COR,Facility Specialist, Shaun Naranjo 503-881-3567 INSTRUCTIONS FOR QUOTE: The Quoter shall prepare a firm fixed price quote that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. Submission of Quotes will NOT be accepted until after Site visit has been completed. Contractors who did not do site visit are advised not to submit a quote. EVALUATION CRITERIA: Evaluation Criteria: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, in order of importance: (1) Price; (2) Technical capability; (3) Past Performance; (4) Native American/Indian Owned Business. When combined, Technical Capability and Past Performance are more important than Price. The Government may award a contract without discussions with offeror's. Award will be made based on "best value" to the government via the trade-off process. "Best value" is defined as the offer that results in the most advantageous solution for the Government, in consideration of the evaluation criteria. Evaluation Factors: (1) Price; (2) Technical capability; (3) Past Performance; (4) Native American/Indian Owned Business. (1) Price-breakdown- Which may use any or all of several bases of comparison including the independent government estimate, current or recent prices for the same or substantially the same services purchased in comparable quantities under similar terms and conditions, comparisons with market prices of commercial services, and the GSA contracts. Award of this contract may be made using best value. (2) Technical Capability-Services performed must be in accordance with the industry standards. (Limit 1 page) (3) Past Performance-Relevant/similar contracts and past projects. Only past performance data regarding relevant past performance completed within the last two years, or work that is ongoing, is evaluated. (Limit 1 page) (4) Native American/Indian Owned Business-BIA encourages the participation of Native American/American Owned vendors in accordance with FAR 52.226-1; Utilization of Indian Organizations and Indian-Owned Economic Enterprises & DIAPR 1452.226-70/71; Indian Preference and Indian Preference Program. BIA 1452.280-3; Subcontracting limitations, A contractor shall not subcontract to other than Indian Firms more than 50 percent of the work under a prime contract award pursuant to the Buy Indian Act. For this purpose work to be performed does not include the provision of materials, supplies, or equipment. QUOTE SUBMISSION: Questions must be submitted no later than August 25, 2011 at 1PM ET and can also be advised at the site visit on August 25, 2011. Submit Quotes via email only to: Contract Specialist, Quiana.Galloway@bia.gov. Phone calls will not be accepted. Quotes must be received no later than August 30, 2011 at 1PM ET. CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008); 52.212-2 Evaluation-Commercial Items (Jan 1999); and FAR 52.212-3 Offeror Representations of Certifications (Aug 2009) apply to this acquisition. Quoters must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Quoter does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference...Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (April 2011), FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); FAR 52.237-1 Site Visit; FAR 52.217-8 Option to Extend Services (Nov 1999); FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.246-4 Inspection of Service - Fixed Price; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment; Department of the Interior Acquisition Regulation (DIAR): 1452.204-70 Release of Claims (Jul 1996).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS01202/listing.html)
 
Place of Performance
Address: Chemawa Indian SchoolSalem Oregon
Zip Code: 97305
 
Record
SN02541604-W 20110821/110819235105-211944f74a15dcc77a8d70496e925be4 (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.