Federal Bid

Last Updated on 07 Mar 2012 at 9 AM
Combined Synopsis/Solicitation
Beach North dakota

Removal and Install Floor Covering

Solicitation ID WRD-12-01864
Posted Date 15 Feb 2012 at 10 PM
Archive Date 07 Mar 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Commerce Noaa
Agency Department Of Commerce
Location Beach North dakota United states
COMBINED SYNOPSIS/SOLICITATION
AB133F-RQ-12-0046

Removal of worn-out carpet and sheet vinyl flooring, and to purchase and install commercial-grade homogenous sheet flooring in the Marine Fish Laboratory, Manchester Research Station, Port Orchard, WA.

(I) This is a combined synopsis/solicitation for construction prepared in accordance with the simplified acquisition procedures authorized in FAR Part 36. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued.

(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number AB133F-RQ-12-0046/WSB.

(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55.

(IV) This solicitation is being issued as a Total Small Business Set-Aside.. The associated NAICS code is 238330. The size standards in number in millions of dollars is $14M.

(V) This combined solicitation/synopsis is for removal of worn-out carpet and sheet vinyl flooring, and for purchasing and installing commercial-grade homogenous sheet flooring in the Marine Fish Research Laboratory, Port Orchard, WA.

CLIN 0001: Area A and C: Demolish existing floor covering and install commercial-grade homogenous sheet flooring in the Marine Fish Research Laboratory building 12, Manchester Research Station, Port Orchard, WA.
CLIN 0002: Area A and C: Purchase flooring material for Bldg. 21 at Manchester Research Station.
CLIN 0003: Area B: Demolish existing flooring and install new flooring in Bldg. 21 at the Manchester Research Station.
CLIN 0004: Area B: Purchase new flooring material for Bldg. B at Manchester Research Station.
(VI) Description of requirements is as follows:


STATEMENT OF WORK

1. Organization
1.1. Organization: The Northwest Fisheries Science Center (NWFSC), of the National Marine Fisheries Service (NMFS), National Oceanic & Atmospheric Administration (NOAA), Department of Commerce (DOC), is a government agency charged with the mission of stewardship for living marine resources.
1.2. Background and Objective: This is Statement of Work is for removal of worn-out carpet and sheet vinyl flooring, and for purchasing and installing commercial-grade homogenous sheet flooring in the Marine Fish Research Laboratory at Manchester Research Station. Purchase and installation of the flooring materials will restore the visual appearance of the work areas, remediate trip hazards associated with peeling and damaged flooring, and maintain laboratory safety standards with respect to resistance to spills and maintenance of asepsis in required areas.
2. Services and Products Required
2.1. Provide labor, equipment, measurements, and materials necessary to remove existing glued-down carpet and sheet vinyl flooring, remove existing base molding, remove adhesives, repair and level the subflooring so that no imperfections remain that could be telegraphed to the surface of the new flooring, and install new flooring.
2.2. Provide chemical resistant commercial grade homogenous sheet flooring, adhesives, rubber base molding and all other materials supplied by a manufacturer for proper installation. Successful vendor will supply all specifications sheets and samples of flooring prior to ordering so that government representative can select color and verify that the products used meet specifications.
2.3. Provide entranceway flooring, adhesives, rubber base molding and all other materials required by the manufacturer for proper installation. Successful vendor will supply all specifications sheets and samples of flooring prior to ordering so that government representative can select color.
2.4. Install flooring and rubber base molding in three research areas (A,B,C) with the following approximate measurements (rounded to closest foot):
Area A Estimated Measurements
Room Width x Length Existing flooring Replacement product
Hall 5' x 20' carpet sheet vinyl
12-1B 17' x 30' sheet vinyl sheet vinyl
12-2B 5' x 5' sheet vinyl sheet vinyl
12-3B 9' x 17' carpet sheet vinyl
12-4B 9' x 17' carpet sheet vinyl
12-5B 9' x 17' carpet sheet vinyl
Area B
Foyer 6' x 8' carpet entrance flooring
Landing 4' x 5' concrete entrance flooring
Area C
12-7B 10' x 40' carpet sheet vinyl
12-8B 10' x 15' carpet sheet vinyl


2.5. All seams in the sheet vinyl flooring must be welded with matching weld rods to prevent penetration of liquids to the subflooring, using materials and methods specified by the manufacture.
2.6. Vendor will provide and install all transition strips and stair bullnose protectors as required.
3. Deliverables
3.1. Vendor will provide the products and install the products listed in Section 2.
3.2. Vendor will dispose of existing flooring and carpeting, and any excess or scrap materials resulting from repairing the subflooring and/or installation of new flooring.
3.3. Vendor will be responsible for disposal of adhesives or other products used in the removal or installation of existing flooring.
4. Performance
4.1. All work will be performed in upstairs, in Building 12 at the Manchester Research Laboratory, 7305 Beach Drive East, Port Orchard, Washington 98366.
4.2. Performance period: All products must be installed no later than 31 March 2012.
4.3. Notification: Vendor must notify POC in Section 5 at least five working days in advance of starting work to coordinate removal of furniture and other items from the work spaces.
4.4. Weekend work between the hours of 7:00 AM and 5:30 PM is preferred to minimize disruption to station personnel during the work week. Vendor may work in unoccupied areas Monday-Friday between the hours of 7:00 AM and 5:30 PM by arrangement with the POC.
5. Vendors
5.1 All vendors must contact the POC for a site visit to make arrangements for a site visit.
No bids will be accepted without a site visit.
5.2 All vendors must have a Washington State Business License.
6. Point of Contact
6.1. Dr. William Fairgrieve will be the point of contact for the vendor for questions, review and acceptance of the work. The point of contact will also be responsible for acknowledgement of performance by the contractor.
William T. Fairgrieve
Manchester Research Laboratory
7305 Beach Drive East
Port Orchard, Washington 98366
360-871-8305
[email protected]

6.2. Evaluation of possible vendors will be based on Lowest Price Technically Acceptable and the following criteria.

Products will be evaluated on overall thickness and thickness of wear layer, chemical
resistance, and static load limit. Possible vendors will be evaluated on the cost and their
ability to provide the specified products and complete installation within the stated
performance period. The lowest price technically acceptable source selection meets the
criteria above with the lowest evaluated price.

End of Statement of Work.

(VII) Date(s) and place(s) of delivery and acceptance
NORTHWEST FISHERIES SCIENCE CENTER
MANCHESTER FIELD STATION.
7305 BEACH DRIVE EAST
PORT ORCHARD WA 98366
Delivery shall be FOB Destination: 7305 BEACH DRIVE EAST,
PORT ORCHARD WA 98366

(VIII) The period of performance for this contract shall be from date of award to March 31, 2012.

(IX) The following clauses under subparagraph (b) apply:
See Clauses in the attached SF1449.

In accordance with the Service Contract Act of 1965, as amended, prevailing wages shall be in accordance with Department of Labor Wage Determination No: 2005-2559, Revision No: 14, Date of Revision: 06/13/2011 for the State of Washington, Kitsap County.  The prevailing wage document is attached in this solicitation. 

(X) The following clauses are also applicable to this acquisition:

52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
52.252-2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/far/index.html
(End of Clause)

(XI) The Government intends to award a firm-fixed-price order resulting from this solicitation.

(XII) Quotes are required to be received in the contracting office no later than 4 P.M. PST on February 15, 2012. All quotes must be faxed or emailed to the attention of Bill Bell. The fax number is (206) 526-6025 and email address is [email protected].

(XIII) Any questions regarding this solicitation should be directed to Bill Bell, 206 526-4425, and email address: [email protected].


QUOTED BY:_____________________ DATE__________________________________
COMPANY NAME:________________ email ADDRESS:_________________________
PHONE:__________________________ SMALL BUSINESS?_____________________
FAX:_____________________________ TAX ID NUMBER:_______________________
ADDRESS:_______________________ GSA CONTRACT NO.___________________
_________________________________ DUNS no._______________________________
_________________________________ CAGE CODE (CCR):_______________________
NAICS CODE____________________
SIZE STANDARD________________

FAX QUOTE BY 4pm PST, February 15, 2012 TO BILL BELL AT (206) 526-4425. Or email [email protected].

THE WESTERN ACQUISITION DIVISION, REQUIRES THAT ALL CONTRACTORS DOING BUSINESS WITH THIS ACQUISITION OFFICE CENTRAL CONTRACTOR REGISTRY (CCR) AS OF OCTOBER 1, 2003. AFTER THIS DATE, NO AWARD CAN BE MADE UNLESS THE VENDER IS REGISTERED IN CCR. FOR ADDITIONAL INFORMATION AND TO REGISTER IN CCR PLEASE ACCESS THE FOLLOWING WEB SITE: HTTP://WWW.CCR.GOV. IN ORDER TO REGISTER WITH THE CCR AND TO BE ELIGIBLE TO RECEIVE AN AWARD FROM THIS ACQUISITION OFFICE, ALL OFFERORS MUST HAVE A DUN & BRADSTREET NUMBER. A DUN & BRADSTREET NUMBER MAY BE ACQUIRED FREE OF CHARGE BY CONTACTING DUN & BRADSTREET ON-LINE AT WWW.DNB.COM/EUPDATE OR BY PHONE AT (800) 333-0505. ALL CONTRACTORS ARE ALSO REQUIRED TO COMPLETE ONLINE REPRESENTATIONS AND CERTIFICATIONS AT HTTP://ORCA.BPN.GOV.

 

 

Bid Protests Not Available

Similar Past Bids

Baltimore Maryland 10 Apr 2018 at 5 PM
Oklahoma 22 Apr 2021 at 4 AM
Camp pendleton California 10 Mar 2020 at 10 PM
Mechanicsburg Pennsylvania 28 May 2021 at 4 PM
Philadelphia Pennsylvania 18 Sep 2020 at 8 PM

Similar Opportunities