Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Carpet and Vinyl Flooring Bld 160

Solicitation Number: F1Y4AA8231A001
Agency: Department of the Air Force
Office: Air Force Space Command
Location: 90CONS
  • Print
:
F1Y4AA8231A001
:
Combined Synopsis/Solicitation
:
Added: Sep 15, 2008 6:17 pm

This is a combined Synopsis solicitation for commercial items prepared in accordance with the format in FAR 12 Sub Part 12.6 as supplemented with additional information included in this notice. The solicitation is set aside 100% for Small Business. The NAICS code is 326192. The Small Business Size Standard is 750 employees. Description of Services. The contractor shall be fully responsible for compliance with all base, local, state, and Federal environmental/occupational safety laws, rules and regulations. The contractor shall follow life and safety codes, and take necessary actions to avoid conditions, which may be hazardous to the health and safety of base personnel. If there is a change any of the products used, another sample must be provided to the Contracting Officer prior to any installation of the substituted products. Required services to be completed within 180 days from award. Security Passes: The contractor will be required to apply for vehicle passes through Pass and Registration (Bldg 232) and individual identification badges through the 90th Contracting Squadron (Bldg 208). Upon completion or termination of the contract, or an individual's employment on the project, the Contractor will retrieve the identification badges and surrender it to the Security Police, Pass and ID Section. All quotes will be inclusive of all costs. The following clauses will apply to this solicitation and will be incorporated into the award. The Government reserves the right to enter clauses into the award which are not in the solicitation with notice to the selected contractor. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: www.arnet.gov/far. Clauses include: 52.204-7 -- Central Contractor Registration. (July 2006), 52.212-1 -- Instructions to Offerors -- Commercial Items. (Sep 2006), 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Nov 2006), 52.212-4 -- Contract Terms and Conditions -- Commercial Items, (Feb 2007), 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2007), 252.204-7004 Alternate A Central Contractor Registration (NOV 2003), 252.212-7000 Offeror Representations and Certifications--Commercial Items (JUN 2005), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007). FAR Clause 52.252-2 Clauses Incorporated by Reference (Feb 1998). Clauses to be Incorporated by Full Text include 52.237-1 -- Site Visit (Apr 1984), 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (MAR 2007); 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS). (APR 2003). You are encouraged to submit quotes electronically to kate.schaumann@warren.af.mil. Quotes may also be submitted on letterhead and faxed to the attention of Kate Schaumann Contract Administrator @ 307-773-4636. All offerors must complete on-line registration at the following sites: The requirement calls for Contractors to be registered with the Central Contractor Registration (CCR) http://www.ccr.gov. Purchase orders cannot be awarded to companies that are not registered in CCR. Contractors must validate this information by registering at http://orca.bpn.gov. Quotes should be good for 30 days from the date of submittal. Award will be made within 2 days of close of this announcement.

Statement of Work
Installation of Flooring


1. Scope of Work



1.02 The Contractor shall furnish all labor, new materials, tools, and equipment to complete the work. Daily disposal of scrap material shall be the responsibility of the contractor.


1.03 The 90 MDG staff, patients, and visitors will occupy the facility during this project. The work shall, be completed with minimal disturbance to the daily operations of the clinic.


1.04 The contractor shall take appropriate step to ensure surrounding areas are maintained free of dust and debris resulting from the construction effort. Compliance with infectious control measures is mandatory. Preliminary assessment: High Risk, Class III, project.



2. Materials and Description of Work


2.01 The purpose of this section is to provide guidelines for the requirements necessary for project as provided under this solicitation. The work shall consist of furnishing labor, services, equipment and all other incidental items.


2.02 Cut vinyl-flooring cove at floor/wall interface. Remove vinyl from wall.


2.03 MSDS sheets for all adhesives shall be provided to the 90 MDG Facility Manager for review and acceptance.


2.04 The contractor shall be responsible for the repair of wall damage. This shall include texturing and paint to match.


2.05 The contractor shall provide recommendation and color samples for review by the 90 MDG.


2.06 Carpet squares shall be used for this project. Carpet pile Antron Legacy Nylon, 70 percent solution dyed, 30 percent yarn dyed. Suggested material: Style: 01343 - Waterstone, Color: 69503 - Reich or equivalent. Any change to this selection shall be approved by the 90th Medical Group Facility Manager. Suggested source: Tandus Brands.


2.07 Replacement sheet vinyl shall be Armstrong Medintech, Color: Campannula Buff, Stock #88486 or suitable substitute. Any change to this selection shall be approved by the 90th Medical Group Facility Manager.



3.0 Installation Specifications


3.01 FLOOR COVERING. The floor covering shall be installed with an adhesive as called out by the carpet and/or tile manufacture. As required, hot melt adhesive tape or similar product recommended by the carpet and/or vinyl floor manufacture for taping seams and butting cut edges at backing to form secure seams and prevent pile loss at seams. Prepare floor as recommended by floor covering manufacture. Sub-floor shall be level within ¼ inch in all directions. Sand or grind protrusions, bumps or ridges. Patch and repair cracks and rough surfaces. Fill depressions. Comply with floor covering manufacturers recommendations for seam locations and direction of carpet; maintain uniformity of carpet direction and lay of pile. At doorways, center seams under door in closed position. Do not bridge building expansion joints with continuous carpet. Cut and fit covering to butt tightly to vertical surfaces, permanent fixtures, and built-in furniture including cabinets, pipes, outlets, edging, thresholds, and nosing. Bind or seal cut edges as recommended by floor covering manufacture. Extend floor covering into toe spaces, door reveals, closets, open-bottomed obstructions, removable flanges, alcoves and similar openings. Remove visible adhesive, seam sealer, and other surface blemishes using cleaner recommended by floor covering manufacture. Remove protruding yarns from carpet surface. Vacuum carpet and clean vinyl floor covering.


3.02 VINYL COVE BASE: Vinyl cove molding shall be installed using 4 feet sections, or rolled base molding in carpeted areas. For end-of-runs and joints, butt base molding and cut to avoid gaps. At inside corners, run molding into adjacent wall and cut. Second piece of molding will be carved and butted to form a seamless connection at the corner. For outside corners, wrap base molding around the corner. Seams shall be no less than 12 inches away from corner wraps. Adhesive shall be applied to the back of the base molding using a notched trowel and spread to cover the entire area that will contact the wall. All seams shall be cut square to form a seamless interface.



3.03 The Contractor shall supervise and be responsible for the proper locations and installation of all items.


3.04 The contractor shall be limited to work hours of 7:30 am until 5:00 pm Monday through Friday, excluding Federal and military holidays. Any request by the contractor for other work hours/days must be made in writing to the SABER Office and coordinated through the 90 MDG Facility Manager and/or their representative. The 90 MDG has sole discretion as to whether such requests for other work hours/days will be granted.


3.05 The contractor shall provide advance notice to the 90 MDG Facility Manager of its intention to begin work in a patient treatment area, or Pharmacy. This advance notice shall be provided no less than 24-hours prior to initiating any work in these areas.



3.06 The Contractor shall conduct his operations under the contract in such a manner as to allow, at all times during the performance of the work, ingress and egress for the building occupants. The Contractor shall notify and cooperate with the 90 MDG Facility Manager to coordinate this condition.


3.07 The Contractor shall protect and be responsible for the existing building, facilities, and improvements within the areas of his operations under this contract. Should any portion of the existing buildings or areas be damaged, disturbed, or otherwise affected due to the work of the Contract, the Contractor shall report the conditions and circumstances to the Facility Manager. The contractor shall be responsible to make all necessary repairs and replacements to such damaged work at his own expense and with new materials to match the existing work in every respect, as approved by the Contracting Officer and the 90 MDG.


3.08 All work shall be completed by an experienced and capable worker. Work shall be accomplished in a neat, clean, and professional manner.


3.09 All workers shall receive a HIPPA/Safety Briefing prior to starting work within the clinic. The HIPAA Office and/or the Facility Manager will provide the briefings.


4. Performance of work and clean-up


4.01 The work shall be conducted efficiently at the least inconvenience to the occupants of the 90 MDG clinic.


4.02 All materials removed by the Contractor shall become the property and or responsibility of Contractor to dispose of legally and daily.


4.03 Any damage caused by the Contractor in the performance of this contract shall be the Contractor's exclusive responsibility to repair or replace.



4.04 The Contractor shall develop a completion schedule to follow for the specified work, contingent upon acceptance and approval by the SABER Office and the 90 MDG.


5. Guarantee


5.01 The Contractor guarantees that all installed materials and equipment are new free of defects and were installed in a professional manner.


5.02 In the case of labor, installation, or workmanship defects the Contractor will provide a one-year warranty at no cost to the 90 MDG.


5.03 In the event of a claim of a warranted defect, the 90 MDG shall notify the SABER Office in writing. The 90 MDG shall receive notice from the SABER Office within ten working days of receipt of claim the proposed remedy and time frame work will be completed, and how the proposed completion will be accomplished.


6.0 Time of Completion


All work shall be completed within 180 days.
7.0 Pay Requests


The contractor shall submit pay requests under the terms and conditions of their contract with the United States Air Force.


8.0 Other Conditions


8.01 The 90 MDG reserves the rights to accept, reject, or amend all bids for materials purchased for this project.


8.02 The 90 MDG reserves the right to periodically inspect the work throughout the course of the contract. All clarifications, questions, etc., shall be presented to the SABER Office in writing. All written directives from the contracting officer will be binding upon the contractor and 90 MDG.


Please contact Kate Schaumann at: kate.schaumann@warren.af.mil or 307-773-2454 to receive a floor plan and estimated measurements for the project. A site visit is highly suggested since the contractor will be held to his quotation as measurements provided by the government are only estimates.


:
7505 Barnes Loop
F.E.Warren AFB, Wyoming 82005-2860
United States
:
Building 160
F.E. Warren AFB, Cheyenne, WY 82005
Cheyenne, Wyoming 82005
United States
:
Kate I Schaumann,
Contract Specialist
Phone: 307-773-2454
Fax: 307-773-4636
:
John C Hoffmeister,
Contract Specialist
Phone: 307-773-4741
Fax: 307-773-4636