Trade Leads

FLOORING AND MAINTENANCE SERVICES NEEDED
Maintenance, repair, and alteration of real property NAICS Code: 238 -- Specialty Trade Contractors/238330 -- Flooring Contractors Replace Carpet at Building 16B Mezzanine Contractor shall provide all labor, materials, equipment, supplies and supervision to perform the following work: Replace Carpet at Building 16B Mezzanine, DLA Distribution San Joaquin CA (DDJC), Tracy Site, 25600 South Chrisman Rd, Tracy CA 95304. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize himself with the conditions existing there. Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price. a. Remove and dispose of approximately 37,000 square feet of existing glued down carpet and accessories. b. Install new cushion backed carpet tiles, 26 oz., including vinyl cove base. c. Dispose of existing asbestos containing tiles which are damaged, broken or loose incidental to replacing tiles. All work shall be performed complete and in accordance with the specifications, drawings and solicitation requirements. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 60 calendar days from receipt of the NTP. The work to be performed shall be during the regular working hours. Contractor's working hours, which do not require a power outage, will coincide with working hours of DDJC, a normal five (5) day, forty (40) hour week, Monday through Friday, from 7:00 A.M. to 3:30 P.M., except Federal holidays. Federal holidays are those days officially observed by the Federal Government. Saturday holidays are observed on the preceding Friday and Sunday holidays the following Monday. New Year's Day, Martin Luther King Day, President's Day, Memorial Day, July Fourth, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day as may be declared by the President to be a Federal holiday. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238330. The small business size standard is $15,000,000. The magnitude of this construction effort is between $500,000.00 and $1,000,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-16-B-0010 for the above stated requirement is on or around June 16, 2016. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the solicitation package. The solicitation will also establish the bid opening date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Mogen Gilson at mogen.gilson@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the bid opening date. Failure to acknowledge amendments may render your bid ineligible for award. All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award. All responsible small business concerns may submit a bid which shall be considered by this agency. The Government intends to award one contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award. Contracting Office Address: J Avenue DDC J7-AB, Bldg 404 New Cumberland, Pennsylvania 17070-5001 United States Place of Performance: DLA Distribution San Joaquin CA (DDJC), Tracy Site, 25600 South Chrisman Rd, Tracy, California 95304 United States Primary Point of Contact.: Mogen Gilson mogen.gilson@dla.mil Phone: 7177704757