Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1998 PSA#2166

36th Contracting Squadron, 36 CONS/LGCU, Unit 14040, Andersen AFB Guam, APO AP 96543-4040

72 -- PROVIDE AND INSTALL CARPET SOL F64133 98 R0036 DUE 090398 POC Buyer -- Amn Julie Hoglund (671) 366-6605 or MSgt Cannon (671) 366-6603 WEB: Click here to download bid schedule, description of, http://www.andersen.af.mil/36cons/commodit.htm. E-MAIL: Click here to request information by E-Mail., randal.sweet@guam.andersen.af.mil. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will be not be issued. (ii) Solicitation number F64133-98-R0036. This solicitation is issued as a Request for Proposal (RFP). (iii) This solicitation document and incorporated provisions are those in effect as of Federal Acquisition Circular 97-5. (iv) This procurement is set-aside for small businesses. The Standard Industrial Classification Code utilized is 5713. The size standard is $5 million in annual average gross revenues for the last 3 fiscal years.(v) Offerors shall structure their proposal offer using the bid schedule and description found at the 36th Contracting Squadron Commodities Flight web page: http://www.andersen.af.mil/36cons/commodit.htm (vi) Description of items to be acquired: (NOTE:The following is a condensed description. Offerors may obtain the full description at the 36CONS web site in paragraph (v) above. 1.1. Scope: Contractor shall provide all supervision, labor, equipment, and materials necessary to perform all operations required to provide items and complete the work prescribed below. 1.1.1. Location: The work shall be performed at 39 buildings on Andersen Air Force Base, Guam. 1.1.2. Principal Features: The work to be performed includes, but not limited to the following: (1). Remove carpet, glue, door thresholds, rubber molding between carpet and floor tile, and base cove molding. (2). Install carpet in areas identified. (3). Install new door thresholds, rubber molding between carpet and floor tile, and base cove molding. 2. Submittals: 2.1. Approving Authority: The Contracting Officer is the approving authority. 2.2. Format of Submittals: AF Form 3000: Transmit each submittal on an AF Form 3000 in three copies to the Contracting Officer no later than the date of the pre-performance conference which shall be on or about 50 days after the date of the contract. 2.3. Type of Submittals: All submittals will be product samples with technical data. The contractor shall submit product samples large enough for technical evaluation. Contractor shall provide submittals on each color/pattern of carpet in 12 inches by 18 inches with small samples of colors, base cove molding in available colors, rubber molding strips in available colors, adhesives, seaming plan, glue removal method and installation method. 3. Demolition and Removal: 3.1. General Requirements: Remove rubbish and debris from job site. Deliver rubbish and debris to Andersen AFB landfill. Contractor will need a landfill authorization form to dispose of debris. 3.2. Daily Requirements: All carpet or glue removal and installation work shall be completed in one day for any given office. No carpet or glue removal shall begin in a room if the contractor can not complete the office the same day. 3.3. Environmental Requirements: Offices where asbestos floor tiles are present, the contractor shall make every effort not to disturb the existing floor tile while removing the carpet or glue. Any floor tile inadvertently pulled loose from floor during carpet or glue removal shall be double bagged in 6-mil bags in accordance with Environmental and Worker Protection regulations. The contractor shall notify 36 CES/CEOV, Environmental Operations, at 366-5090 at the end of each day. The contractor is responsible for manifesting and transporting the bagged material to an on-base site for disposal by the government. The contractor shall install new floor tile where existing tiles were removed so as to provide a smooth and even surface. 4. Product Requirements: 4.1. References: The publications listed below form a part of this specification to the extent referenced. (See additional description). 4.2. Delivery and Storage: Deliver carpet to the job site in new condition. Store in a safe, dry, clean, and well-ventilated area prior to installation. 4.5. Physical Requirements 4.5.1. Carpet. Provide carpet of tufted, woven, fusion-bonded, or knitted construction; first quality; and free of visual blemishes, streaks, poorly dyed areas, and other physical and manufacturing defects. Use nontoxic carpet materials and treatments, reasonably non-allergenic, and free of other recognized health hazards. Carpet shall conform to the specifications, pattern and color shade of the following carpet brand: Manufacturer: Shaw Carpets, Line: Market Streets, Style: Laurel Falls, Style Number: #50267, 36 ozs., Fiber: 100% spectron type 6,6 nylon, Dye Method: Piece dyed with prismatic overdye, Construction: Precision cut/uncut, Tufted Pile Height: 344 in., Finished Pile Thickness: 251 in., Stitches Per Inch: 12, Gauge: 1/8, Primary Backing: Polypropylene, Secondary Backing: Polypropylene, Width: 12', Density: 5163 ozs./cu. yd. Colors: Jadesheen, #67365; Water Color Blue, #67460; Slate Shadow, #67455; Nautica Navy, #67450; Moonstone #67555 and Vintage Wine, #67860. 5. InstallationRequirements: 5.1. Location: Install all materials in rooms and areas as specified. List of buildings, rooms and areas will be provided at the pre-performance conference. 5.2. Preparation: Remove all existing glue from concrete floor by approved method by the Contracting Officer. Remove sub-floor ridges and bumps. Fill minor or local low spots, cracks, joints, holes, and other defects with sub-floor filler. Apply, trowel, and float filler to achieve smooth, flat, hard surface. Prohibit traffic until filler is cured. Vacuum clean substrate. 5.3. Carpet, Install in accordance with manufacturer's instructions. 5.4. Base Cove Molding: Install 1/8 inch thick by 4 inches in height base cove molding around entire wall- floor joint of the room. 5.5. Rubber Molding: Install 1/2 inch wide rubber molding strips between all tile floors and carpet except at the bathroom. 5.6. Thresholds: Reinstall metal thresholds in original place. 5.7. Cleaning: Remove excess adhesive without damage, from floor, base, and wall surfaces. Clean and vacuum surfaces. (vii) Dates and places of Delivery/Acceptance and FOB Point. The Contractor shall have a 60 day mobilization period plus a 90 day installation period for a total performance period of 150 days. Contractor shall provide a written schedule of installations by building number which shall result in a minimum of 7 calendar day notice for each building. Contractor shall begin with the Medical Clinic. All line items FOB Destination, Andersen AFB, Guam. (viii) The provision at Far 52.212-1, Paragraph 10 is tailored for this acquisition as follows: Past performance information, is included as an evaluation factor. Offeror shall submit past performance information on maximum of 3 projects to include recent contracts for the same items to include short description, contract no. and POC. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. For the purposes of completing paragraph (a) of provision 52.212-2, the specific evaluation factors to be used are (i) product conformity to the specifications (ii) price and (iii) past performance. Product conformity and past performance, when combined, are approximately equal when compared to price. (x) Offerors are required to include a completed copy of following Representation and Certification FAR clauses with their proposals FAR52.212-3. Offerors are required to include a completed copy of the following Representation and Certification DFARS clause with their proposal DFARS252.212-7000, and DFARS252.225-7006. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to the acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition; specifically, the following clauses are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.219-8, Utilization of Small business concerns and Small Disadvantaged business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Actions for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era The clause at DFARS 252.212-7001, Contract Terms and Conditions-Commercial Items, applies to this acquisition; specifically, the following clauses are applicable: DFARS 252.225-7007, Buy American Act -- Trade Agreements _ Balance of Payments Program, DFARS 252.225-7012, Preference for Certain Domestic Commodities. (xiii) Additional requirements: The provisions at FAR 52.215-5, Facsimile Proposals, and at DFARS 252.204-7304, Required Central Contractor Registration, apply to this acquisition. The length of manufacturers standard commercial warranty on the carpet shall be provided to with offerors proposal. A 90 day warranty on all other items to include installation shall be included. Offers from sources on Guam shall include Guam Gross Receipts taxin their unit prices. Product samples. It is not necessary to submit product samples and commercial specifications with the proposal. Offerors proposing a different manufacturer and brand than the identified brand shall certify in their offer that they can produce the same carpet to match the specifications, pattern and shades as the brand identified in the description. (xiv) DPAS rating is DO. (xv) No numbered notes apply. (xvi) Offers are due at 4:00p.m. local time, on 4 Sep 98 which is 10:00 p.m., Pacific Standard Time (PST), on 3 Sep 98. (Note to offerors -- Guam is 18 hours ahead of PST.). All responsible small business contractors are encouraged to submit an offer in response to this solicitation. (xvii) For further information, contact the buyer Amn Hoglund at (671) 366-6605, FAX (671)366-6615. Posted 08/21/98 (W-SN240049). (0233)

Loren Data Corp. http://www.ld.com (SYN# 0341 19980825\72-0001.SOL)


72 - Household and Commercial Furnishings and Appliances Index Page