Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2004 FBO #1012
SOLICITATION NOTICE

N -- Removal & Installation of Carpet

Notice Date
7/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-FQ442641620100
 
Response Due
7/26/2004
 
Point of Contact
Crystal Amos, Contract Specialist, Phone 618-256-9289, Fax 618-256-2652, - Cindy Showers, Contract Specialist, Phone 618-256-9250, Fax 618-256-5237,
 
E-Mail Address
crystal.amos@scott.af.mil, cindy.showers@scott.af.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
(1) General Notice: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. A written solicitation will not be issued. (2) The reference number is FQ442641620100 and the solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24 (3) This acquisition is being considered for HUBZone set-aside. If your firm is HUBZone certified and intends to submit a proposal for this acquisition, you must provide the following information to the Contracting Officer: (a) SBA Certification of HUBZone eligibility (b) A positive statement of your intention to bid on this contract as a prime contractor. (c) Documentation of recent (within the past three years) and relevant experience (d) Contracting Officer has determined the information required sufficient for award of this acquisition due to the nature of the requirement. (4) The information listed above must be provided in writing not later than (10) days after publication of this notice. If packages from two or more eligible HUBZone concerns are not received, the solicitation will be set-aside 100% for SMALL BUSINESS CONCERNS pursuant to FAR PART 19. The Contracting Officer will determine if a HUBZone setaside is required based on offers received. A SECOND NOTICE OF HUBZONE SET ASIDE WILL NOT BE ISSUED. Small Business concerns shall send quotes by close of business on cutoff date mentioned in this solicitation to be considered, in the event this requirement is not setaside for HUBZone concerns. The associated North American Industry Classification System (NAICS) code is 238330 and the small business size standard is $12 million. (v) This solicitation package includes the Statement of Work (SOW), Wage Determination 94-2309 Rev (29) dated 05/27/04. (4) This synopsis/solicitation is for installation & removal of carpet in B1600 at Scott Air Force Base Illnois. The work consists of furnishing all labor, materials, services, supervision and equipment necessary to accomplish, but not limited to Replacement of Government furnished carpet tile in Bldg 1600, 1st Floor. SEE ATTACHED STATEMEMT OF WORK DTD 9 JUL 04. (5) A Site Visit will be conducted 21 July 2004 at Scott Air Force Base, Bldg 1600 at 10:00 am. Offerors who wish to attend the site visit must notify the POC 48 hours prior to the site visit. This is a controlled area. Offerors not providing names, last four of social security number, vehicle registration, proof of identification and vehicle insurance may not have access to the installation. Offerors will meet in the entrance of bldg 1600 and will not be allowed unrestricted access. Late attendence may not be accommodated. (6) The provision at Federal Acquisition Regulation (FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. The RFQ shall consist of (a) pricing schedule and (b) completed copy of provision FAR 52.212-3, Offeror's Representation and Certifications-Commercial Items. The provision can be copied from www.arnet.gov. Quotes will not be considered without the completed provision. This is a competitive best value combined synopsis/solicitation. The Government reserves the right to award to other than the low offeror based on best value to the Government. (ref 52.212-2 below) Clauses: 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan. 2004) 52.212-2 --Evaluation - Commercial Items (Jan 1999) Subparagraph (a)The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor(s) shall be used to evaluate offers: (ii)Price and (iii) past performance, both evaluation factors are equally important. Offerors must provide the following documentation with their offer: a. 3-5 projects completed within the last three years b. Projects must be similar in size and scope (carpet or flooring installation within 10% of the proposed offer). c. Offerors must provide project title, date completed, dollar amount, point of contact, telephone, telefax and if available, e-mail address for each project. d. The government will validate past performance through verbal communication and assess an overall rating of very good, good, satisfactory and unsatisfactory. The government reserves the right to award to other than the low offer based on a best value determination integrating past performance and price. (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. In addition: OFFERORS MUST INCLUDE WITH THEIR PROPOSAL a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jul 2002) and DFARS 252.212-7000, Offeror Representations and Certification, Commercial Items (NOV 1995) with their quote. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002) (DEV) is tailored as follows: subparagraph (c) is changed to read: Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Alt I)(Apr 2003); FAR 52.219-6, Notice of Small Business Set Aside; FAR 52.232-33, Payment by Electronic Transfer-Central Contractor Registration (May 1999); FAR 52.233-3, Protest after Award (Aug 1996); FAR 52.253-1, Computer Generated Forms; FAR 52.252-6, Authorized Deviations in Clauses 52.222-41 -- Service Contract Act of 1965, as amended 52.245-4 Government Furnished Property (Short Form) (JUN 2003) DFARS clause 252.204-7004, Required Central Contractor Registration applies to this acquisition. DFARS 252.237-7003, Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. All responsible sources may submit a quotation, which shall be considered by the agency. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr2000.com. The small business specialist at Scott AFB, IL is Mr Garth Sanginiti. He can be reached at (618)256-9322. A link to USAF Small Business is http://www.sellto airforce.org and a link to SBA is http://www.sba.gov. Quotes are due to this office NLT 4:00 PM CST on 26 July 2004. Quotes may be faxed to the attention of TSgt Crystal Amos at (618)256-2652 or emailed to crystal.amos@scott.af.mil. Quotes responding to this request for quote must be valid for 30 days. Late quotations WILL NOT be accepted. If you have any questions please contact TSgt Crystal Amos at (618)256-9309 or Ms. Cindy Showers at (618) 256-9250. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-JUL-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-SEP-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/375CS/Reference-Number-FQ442641620100/listing.html)
 
Place of Performance
Address: Scott Air Force Base, Illinois
Zip Code: 62225
Country: USA
 
Record
SN00663854-F 20040903/040901214158 (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.