Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2003 FBO #0503
SOLICITATION NOTICE

72 -- Purchase and Installation of Carpeting

Notice Date
4/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
F26600-03-Q-B022
 
Response Due
5/2/2003
 
Point of Contact
Shelly Underwood, Contract Specialist, Phone 702-652-9563, Fax 702-652-5405, - Mary Caputo, Contract Specialist, Phone 702-652-4379, Fax 702-652-5405,
 
E-Mail Address
shelly.underwood@nellis.af.mil, mary.caputo@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, F26600-03-Q-B022 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. The NAICS code for this solicitation is 421220. The size standard for a small business under this NAICS code is one that is equal to or less than 100 employees. This Request for Quotation is being submitted as a small business set-aside. This is a commercial purchase. Contractor’s quotes shall include pricing for the following line items; 0100- Carpet and installation (approximately 1450 Sq/Yds), Back pack ultralock MP backing system, anti-microbial, resistant to bleach and other stains, broadloom carpet with Ultralock MP to include a lifetime warranty for raveling, pad specification to facilitate the double stick installation method, guardian felt pad (high density commercial felt padding), style #: 60459, Color: notebook #59430, construction: pattern loop, 100% solutia ultron VIP BCF Nylon fiber product, and S.S.P. Shaw soil protection treatment; Carpet Mfr: Shaw Contract Carpets or approved equal that meets or exceeds the standards of Shaw Carpets. If an equal substitute is provided, offerors must provide full product information and a small carpet sample with quote. Contractor must field measure and determine amounts prior to ordering. Carpeting shall be installed according to manufacturer’s instructions. Contractor shall be responsible for preparation of floor surfaces as necessary to receive carpeting. All surfaces are to be free of voids and protrusions. Installed carpet shall be smooth, uniform, and secure. Patterned goods will be accurately matched. Fit cutouts such as doorjambs, columns, and ducts neatly and securely. All metal to be replaced as needed by contractor. Contractor shall be responsible for verifying quantity of goods ordered, based on field measurements and product specifications. 0101- Remove and dispose of off-site existing 1,450 square yards of existing double stick carpeting. 0102- Install approximately 2,000 linear feet of 4” carpet wall base with fabric binding cap. 0103- Install approximately 600 linear feet of rubberized flooring transitions. Award will be made to the responsible, responsive offeror who provides the best overall price to the government. The government does not intend to make multiple awards. Quotes should be in the following format; price for each line item independently. Federal Acquisition Regulation (FAR) provision 52.211-6, Brand Name or Equal applies to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR 52.212-2, Evaluation-Commercial Items is also applicable. The following factor will be used to evaluate the offer: Price. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-26, Equal Opportunity; FAR 52.222-35,Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34, F.O.B. Destination; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000, Buy American Act—Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at hhtp://farsite.hill.af.mil. A site visit is scheduled for 1:00 pm on 24 Apr 2003 at Bldg 601, Nellis AFB, NV. Quotes are due on or before 4:30 p.m., Pacific Daylight Time, on 2 May 2003. Please notify TSgt Underwood with the name, SSN, and vehicle information if you will be attending the site visit by calling 702-652-9563 no later than 23 Apr 2003. Please provide the following information with your offer; completed Representation and Certification, unit and extended amount for all line items, delivery period, and prompt payment terms.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/99CONS/F26600-03-Q-B022/listing.html)
 
Place of Performance
Address: Bldg. 601 Nellis AFB, NV
Zip Code: 89191
 
Record
SN00304617-F 20030417/030415221949 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.