Arkansas Bids > Bid Detail

Flooring Building 1231

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 72 - Household and Commercial Furnishings and Appliances
Opps ID: NBD00159731918631924
Posted Date: Jul 29, 2023
Due Date: Aug 9, 2023
Solicitation No: FA446023Q0229
Source: https://sam.gov/opp/85bb5a974c...
Follow
Flooring Building 1231
Active
Contract Opportunity
Notice ID
FA446023Q0229
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AMC
Office
FA4460 19 CONS PKA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jul 28, 2023 04:45 pm CDT
  • Original Published Date: Jul 26, 2023 09:01 am CDT
  • Updated Date Offers Due: Aug 09, 2023 02:00 pm CDT
  • Original Date Offers Due: Aug 09, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 24, 2023
  • Original Inactive Date: Aug 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7220 - FLOOR COVERINGS
  • NAICS Code:
    • 238330 - Flooring Contractors
  • Place of Performance:
    Little Rock AFB , AR 72099
    USA
Description View Changes

Amendment 0001: Addition of Combo.



Little Rock AFB is seeking REMOVE, FURNISH AND INSTALL NEW FLOORING IN BUILDING 1231 IAW Attachment 3 – PWS, Attachment 4 Flooring Plan 1st Floor, Attachment 5 Flooring Plan 2nd Floor and Attachment 6 USAF Carpet II Program Ordering Guide.



52.212-1 Instructions to Offerors - Commercial Items Addendum

In order to be determined responsive, all quotes must be completed on the Combo, respond directly to the requirements of this solicitation, and sent to the identified POC's. If your quote is determined to be nonresponsive, it will not be further considered for award.



A complete quote consists of the following:



a) Complete the Combo attached with Pricing and Quote.



b) Review ENTIRE solicitation and fill in all required provisions and clauses. If the annual certification has been completed in the System for Award Management (SAM), FAR 52.212-3 does not need to be completed.



c) All vendors must have an active registration in SAM at time of quote submission.



Award will be made based on lowest price.



Questions are due on 2 August 2023 at 2:00 p.m. Please send questions directly to primary PoC.



1 July 2022 PERFORMANCE WORK STATEMENT (PWS) REMOVE, FURNISH AND INSTALL NEW FLOORING IN BUILDING 1231



1. DISCRIPTION OF SERVICES



1.1. The contractor shall provide all qualified personnel, transportation, tools, equipment, materials and services required to remove, furnish and install new flooring and cove base in building 1231. The contractor shall accomplish all services below to meet the requirements of this Performance Work Statement (PWS). Work shall comply with all Federal, State and local regulations, codes and license requirements. Work shall be accomplished within 60 days of the reception of material or 120 days of award.



1.2. The requirements official has determined that none of the services to be performed are inherently governmental.



2. SAFETY AND REGULATORY REQUIREMENTS



2.1. Building 1231 is a huge training facility with over 300 personnel daily. This operation may require the contractor to work on weekends to accomplish the task due to operations. The facility user provides contractor Escort within the facility.



2.2. Pre-Install Requirements: Before services are commenced, the contractor shall inspect the work site and ascertain all information for the diligent performance of the service(s). The contractor shall notify the ordering agency of any conditions that prevent the suitable completion of these services to include operations that could endanger Government personnel or property and require appropriate abatement action. If the contractor discovers problems associated with the work after starting, he or she shall immediately notify the Contracting Officer (CO) for their approval if the work is to continue. Coordinate with the Government designated representative to have utilities/fire alarms etc…turned on or off during the competition of the task.



2.3. Disposal of waste: All waste disposals are the responsibility of the contractor to include any fees or permits. Recycling is mandatory at Little Rock AFB and containers provided for the operation. Coordinate through your government representative or COR.



2.4. All work shall be accomplished in accordance with all regulations regarding the installation of flooring in commercial structures and flooring manufacturer specifications along with any environmental regulations on disposal.



2.5. Storage of material shall be responsibility of the contractor to arrange with the facility manager or to store off site. 19 CES is not responsible for the storage or the acceptance of material deliveries to Little Rock AFB. 1 July 2022 3.



WORK REQUIREMENTS



3.1. General Installation: The contractor shall furnish and install commercial grade, Texture Appearance Retention (TARR) method heavy duty or greater commercial grade modular carpet as specified. All luxury vinyl tile shall be commercial grade and meet all manufacturer wear characteristics as described. All cove base shall be in 120 linear feet rolls by the height and material described unless otherwise specified. Manufacturer, style, and color of flooring are listed below. Contractor is responsible for furnishing all manufacturer recommended adhesives or carpet tabs, cove base adhesive, track and caps, transitions, stair/stage edging etc. as part of the installation process in colors specified to match cove base. All exact match or like items shall meet the customer criteria set forth below.



3.1.1. Contractor shall remove and dispose of an estimated 28,852 square feet of flooring and 6,954 of cove base. Contractor shall be responsible to professionally remove and install all furniture to include modular and regular desks, file cabinets chairs and seating to include auditorium/theatre style excluding all electronics, books, files and loose objects. (Example: personal items, copiers, printers, computers) in area specified for floor replacement this contract.



3.1.2. Preparation of Area: The contractor shall remove all old flooring material, cove base and foreign matter from the surface to be covered, such as loose particles, dirt and grease prior to installation of any floor coverings. Depressions, cracks, crevices, torn wall covering etc., shall be properly prepared or attached in order to provide a level and true installation of the floor covering. Extensive cleaning of and/or repairs to be covered shall be completely dry and free from moisture prior to the installation. The contractor shall ensure that the temperature of the premises is proper to prevent buckling or shrinkage after installation is completed. Adhere to flooring manufacturer’s specifications for installation.



3.1.3. Contractor shall furnish and install an estimated 3296 square yards of commercial modular carpet (no padding) Manufacturer: Mohawk Grp, Pure Genius II Collection Size: 24 inch by 24 inch, Style: Artist II, Color: 862 Educator or equal. Equal or better characteristics: Tufted construction, textured multi-color loop, Gauge 39.37 rows per 10 cm, color-strand nylon fiber, eco-sentry plus stain and soil protection, green label plus certification for indoor air quality, NSF140 rating Gold, limited lifetime warranty, Living product challenge petal certified, LEED, WELL and LBC eligible. Manufacturer recommended 1/4 turn installation.



3.1.4. Contractor shall furnish and install an estimated 4,965 square feet of luxury vinyl tile, Manufacturer: Mohawk Grp, Large & Local Collection, Large & Local Wood C0128, size 9.25 by 59 inches, Color 865 Roan or equal. Equal or better characteristics: Commercial Grade Dryback Resilient tile 9.25 by 59 inches, 4.5 mm thickness, 20 mil (.51mm) wear layer, M-Force Ultra Enhanced Urethane Finish, Static Load Limit 1000 psi, Leed and Well Eligible, Floor Score Certified, Made in USA.



3.1.5. Contractor shall furnish and install an estimated 8,400 linear feet of .080 thick, 4.5 inch high vinyl or rubber cove base (exact match or like item): Manufacturer FLEXCO, Color 07 Ginger.



3.1.6. Clean up of Work Areas: Spots and smears of adhesives shall be removed immediately. Upon completion of the installation work, the contractor shall remove all unused materials, 1 July 2022 containers, wrappings, cuttings, trimmings, and any other debris, which has accumulated because of the services.



4. GOVERNMENT FURNISHED EQUIPMENT



4.1. None 5. GENERAL REQUIREMENTS



5.1. Contractor personnel and vehicles must possess appropriate passes. These shall be obtained from Installation Security Forces Pass and ID at the Vehicle Inspection Center.



5.2. The Contractor is subject to all installation fire, safety, security, and traffic regulations.



5.3. The Government contracts on the understanding that the Contractor is complying with applicable laws concerning workplace safety.



5.4. The Contractor is subject to all citations and penalties for violation of applicable workplace safety laws. The burden of compliance rests with the Contractor. Enforcement of workplace safety laws is the responsibility of the agency specified in the applicable law.



5.5. The Contracting Officer may notify the Contractor of hazards in Contractor operations that endanger Government personnel or property and require appropriate action. This provision does not constitute assumption of liability for Occupational Safety and Health compliance on the part of the Government or negate other agency responsibility for enforcement of applicable laws.



5.6. Accident prevention principles must be thoroughly integrated into all operations. Unsafe conditions and practices, as identified by the designated representative, must be corrected immediately.



5.7. Contractor Employees: While on the installation, the contractor shall not employ persons for work on this contract if such employee is identified to the contractor by the Contracting Officer as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. This may be accomplished by wearing distinctive clothing bearing the name of the organization or by wearing appropriate badges containing the organization's name and the employee's name. Contractor personnel must wear issued base identification cards at all times while on the installation.



5.8. Service contracts shall require contractor employees to identify themselves as contractor personnel by introducing themselves or being introduced as contractor personnel and displaying distinguishing badges or other visible identification for meetings with government personnel. In addition, contracts shall require contractor personnel to appropriately identify themselves as contractor employees in telephone conversations and in formal and informal written correspondence. 1 July 2022 6.0.



WARRANTY 6.1. Contractor shall guarantee all workmanship and labor from defects for a period of 12 months from the date of acceptance of the work. Material shall follow manufacturer specifications for warranty.



7.0. APPENDIXES Appendix A: Floor Plan, Building 1231


Attachments/Links
Contact Information
Contracting Office Address
  • CP 501 987 3303 642 THOMAS AVE BLDG 642
  • LITTLE ROCK AFB , AR 72099-4971
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >