Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2015 FBO #4856
MODIFICATION

99 -- QUESTIONS & ANSWERS W91ZLK-15-T-0082

Notice Date
3/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK15T0082
 
Response Due
3/23/2015
 
Archive Date
5/9/2015
 
Point of Contact
CHANEL D. DE SILVA, 443-861-4741
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(chanel.d.desilva@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
QUESTIONS AND ANSWERS W91ZLK-15-T-0082 ACOUSTICAL PANELS, JPEO-CBD BRAND NAME OR EQUAL QUESTION 1: RECEIVED ON Thu 2/26/2015 3:15 PM Are drawings available for this solicitation? ANSWER 1: RECEIVED ON Thu 2/26/2015 3:36 PM It's not permissible for me to send drawings via email. They will be able to see the area/take measurements as needed during the visit. We may be able to provide them with a hard copy during their visit. QUESTION 2: RECEIVED ON Mon 3/9/2015 8:54 AM Can you ask the end customer if they are flexible with having the panels be removable? My supplier wanted me to ask because he says he doesn't typically see this kind of application. Also, he says if it's for cleaning that the panels would be easier to clean if they were left on the wall. He did say that if any panels are damaged, they can easily be replaced. CLARIFICAITON REQUESTED QUESTION 2: RECEIVED ON Mon 3/9/2015 2:30 PM Easily replaced how is my question? How much is involved in replacing them? Is this something that they can teach the customer how to do? CLARIFICAITON RECIEVED QUESTION 2: RECEIVED ON Mon 3/9/2015 4:24 PM quote mark I can teach the end user and include some extra material for attic stock to be used in case they had to replace any. If they are that worried about the fabric needing to be cleaned they should look at Carnegie Xorel fabrics. It sounds like the perfect application for this type of fabric which can easily be cleaned. FR701 is not a fabric that can be cleaned. The weave and material won't hold up. quote mark ANSWER 2: RECEIVED ON Tue 3/10/2015 9:27 AM Government requires removable panels. REQUIREMENT BELOW: 1.Acoustical Panels for Conference Room 268, Building Including: Removal and Disposal of Existing Paneling and Installation of Wall Acoustical Panels, in accordance with the attached Performance Work Statement BRAND NAME SNAP WALL ACOUSTICAL WALL SYSTEMS OR EQUAL TO 52.212-1 Instruction to Offerors Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. Proposals shall be submitted in two (2) separate volumes: Volume I: Acoustical Panels W91ZLK-15-T-0082 PRICE Proposal Volume II: Acoustical Panels W91ZLK-15-T-0082 TECHNICAL PROPOSAL ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-15-T-0082 PROPOSAL FROM (INSERT COMPANY NAME) Proposal Format: TWO SEPARATE VOLUMES Volume I: Detailed Price Proposal to include the following elements: 1.Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension. 2.INCLUDE ALL Information Below: Item 0001: Acoustical Panels QTY: __________Unit Cost: ________Total Cost: ________ Item: 0002: Installation: Total Cost: ______________ **Note** Firm Fixed Priced cost for all labor associated with removal, disposal and installation of materials **Note** F.O.B Destination, no shipping cost will be funded separately Volume II: Detail Technical Proposal to include the following elements: 1.Material Type and Specifications (including part numbers and quantities) 2.Methodology for removal of existing panels and disposal 3.Methodology on installation of new panels 4.Labor categories and task 5.Schedule 6.Quality Assurance Plan 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. Proposals will be evaluated by adding all Firm-Fixed Price costs for Items 1 and 2. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. SUBMISSION TIME AND DATE NO TELEPHONE INQUIRES WILL BE HONORED. Quotations must be signed, dated, and received by 23 March 2015, 3:00 p.m. DST via email to chanel.d.desilva.civ@mail.mil NO TELEPHONE INQUIRES WILL BE HONORED. PERFORMANCE WORK STSTEMENT ACOUSTICAL PANELS REMOGAL & INSTALLATION SERVICES JPEO-CBD, APG, EDGEWOOD AREA BLDG E5101 20 February 2015 1.0 Introduction: The contractor shall provide all material, personnel, equipment, tools, materials, supervision necessary to support the Joint Program Executive Office-CBD (JPEO-CBD), Bldg. E510, Edgewood Area, APG, MD. 21010. 1.1Background: JPEO-CBD located at the Edgewood Area of Aberdeen Proving Ground, is renovating the Headquarters building to upgrade, restore and remodel all areas of the structure. The conference room require upgrade of the current acoustical panel system. 1.2Objective: The objective of this contract is to provide the complete installation of Fabric Acoustical panels in building E5101, conference room 268. BRAND NAME SNAP WALL or EQUAL 2.0 Applicable Documents: 2.1 Complete Milestone Schedule of Installation 2.2 Manufacture and Installation Warranty Certification 3.0 Requirements: The contractor, as an independent contractor and not as an agent of the Government, shall furnish the necessary resources (except those specifically designated as Government-furnished) to perform the following work: 3.0.1 Removal and disposal of all existing panels and wood-work currently in place in conference room 268. Dispose of all removed panels and save the existing trim. Replace the existing trim with proper blocking for mounting of accessories. 3.0.2 Furnish and install new field applied stretch fabric acoustical wall system 3.0.3 Furnish and install new field applied stretch fabric acoustical wall system. 3.0.4 Touch up the trim in all required areas. 3.0.5 Fabric shall be Guilford of Maine 2100 Series FR701 or equivalent, Color to be determined. 3.0.6 The proposed wall system shall be BRAND NAME or Equal to SNAP WALL Acoustical System with FabriTrak, Standard 1 quote mark or quote mark Square Edge FABRI TRAK System Upholstered Walls. Subsurface shall be: 6# density sound board quote mark Abutted quote mark Panel Method. 3.1 Materials The contractor shall provide all materials required for the complete installation of the acoustical panels. 3.2 Hours of Normal Operation The contractor shall perform the required removal/installation of the acoustical panels during normal operations. Duty core hours are 0730-1700, Monday through Friday (including a 30-minute meal period) excluding Federal Holidays. 3.2.1 2015 Federal Holidays: Thursday, January 1New Year's Day Monday, January 19Birthday of Martin Luther King, Jr. Monday, February 16*Washington's Birthday Monday, May 25Memorial Day Friday, July 3**Independence Day Monday, September 7Labor Day Monday, October 12Columbus Day Wednesday, November 11Veterans Day Thursday, November 26Thanksgiving Day Friday, December 25Christmas Day 3.2.2 Period of Performance shall be ninety (90) days from the date of award. 3.3 Antiterrorism/Operations Security Review 3.3.1 Access and General Protection/Security Policy and Procedures. All contractor and subcontractor employees with an area of performance within an Army controlled installation, facility, or area shall comply with applicable installation, facility, and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Service, or Security Office. Contractor and subcontractor workforce must comply will all personal identity verification requirements as directed by DOD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, show the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. On-Site Workers. The contractor support personnel working on-site shall: 3.3.1.2 Wear a company-provided picture badge. The picture badge shall contain the employee's name, company name, and a badge issue and expiration date. 3.3.1.3 Government escort to facility Entry on Edgewood Proving Ground requires a valid form of identification is required along with a valid vehicle registration. Contractors shall require an escort during the required services, escorts will be provided by the customer. 3.4 Safety and Health the contractor shall not be required to perform work under unsafe conditions. 3.5 Performance Outcomes The outcomes to be satisfied under this contract include high quality, cost effective performance with consistent adherence to schedule and reliability requirements. The Government will use the Quality Assurance Surveillance Plan provided as the basis for assessing the contractor's performance. 4.0 Government Furnished Property: The Government shall NOT provide property to accomplish the requirement. 5.0 Deliverables. The contractor shall provide Acoustical panels removal and installation services for completion of the project. END PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fc357e1af48121d444caef1222b2a148)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03663448-W 20150312/150311000030-fc357e1af48121d444caef1222b2a148 (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.