Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

72 -- Carpet/Flooring Installation

Notice Date
8/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
442210 — Floor Covering Stores
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, GU, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
Reference-Number-CARPETFY05JK
 
Response Due
8/17/2005
 
Point of Contact
Julie Kocinski, Contracting Officer, Phone 671-366-3004, Fax 671-366-1103, - Nathan McCoy, Contracting Officer, Phone 671-366-6618, Fax 671-366-3242,
 
E-Mail Address
julie.kocinski@andersen.af.mil, nathan.mccoy@andersen.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-04. This announcement constitutes the only solicitation, and is issued as a Request for Proposal. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Small Business Set-Aside. We intend to award a Firm Fixed Price, Requirements Contract using commercial procedures. The contract will be awarded with a base year and four option years. Solicitation Number is CARPETFY05JK. The NAICS code 442210 applies to this solicitation. The size standard is $6.0M. Offerors shall structure their proposals using the pricing shcedule attached to this notice. Offerors must provide pricing for all items. Failure to do so will be cause for rejection. Contract award will be made to the responsible offeror whose proposal is responsive and offers the best value to the government. Best value will be determined based on an integrated assessment of each proposal in terms of price, experience, relevant past performance, and delivery terms. Offerors must submit, along with their proposal, a list of all contracts performed within the last two years that are similar in scope, size, and complexity. This list must contain the following information: Contract number if applicable, dollar amount, performance period, and contracting officer’s name or customer point of contact and telephone number. By submission of offer, offeror is certifying that the items provided in performance of this contract will comply with the statement of work. Although product literature and samples are not required with the offer, the Government reserves the right to require this data for evaluation purposes PRIOR TO AWARD. Standard commercial manufacturer warranties apply to all products and a standard 90 day warranty on installation is required. Furnish all labor, equipment and materials, and perform all work to supply and install carpet and tile in various buildings located at Andersen AFB, Guam in accordance with the attached Statement of Work. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFP should be submitted and shall contain the following information: 1) RFP number, 2) time specified for receipt of offers, 3) name, address, telephone number and email address of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price, experience, relevant past performance, and delivery terms. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Paragraphs (a), (b) (1) (5)(i) (7) (9) (15) (16) (17) (18) (19) (20) (24)(i) (26) (31), (d), and (e) applies to this solicitation. FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.211-6 Brand Name or Equal, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their proposal), FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, FAR 52.247-34 F.O.B. Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by References (located at http://farsite.hill.af.mil). The following are also applicable to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report. 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, 52.232-18 -Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Primary Point of Contact is Julie Kocinski (671) 366-3004, julie.kocinski@andersen.af.mil and Alternate is MSgt Nathan McCoy, (671) 366-4686, nathan.mccoy@andersen.af.mil. Mailing address for proposals is 36th Contracting Squadron, ATTN: Julie Kocinski, Unit 14040, Bldg 17000, APO AP 96543-4040. A SITE VISIT is scheduled for August 9, 2005, 9:30 a.m. at Building 27006, Andersen AFB, Guam. This will be the ONLY site visit. If you do not have base access, you need to contact Julie Kocinski at least one day prior to the site visit, and you will need to arrive at the visitor’s center NLT 8:45 a.m on August 9, 2005. All proposals shall be received NLT August 17, 2005 at 4:30 P.M. LOCAL GUAM TIME. Please note GUAM is one day ahead of the United States. Facsimile proposals will also be accepted at (671) 366-1103. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a proposal, which, if received prior to the specified time/date above, shall be considered by this agency. This solicitation will be posted on the Electronic Posting System (EPS) Internet website only. See attachments. 1) Statement of Work 2) Bid Schedule NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-AUG-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-SEP-2005, 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/PAF/36CONS/Reference-Number-CARPETFY05JK/listing.html)
 
Place of Performance
Address: Andersen Air Force Base, Guam
Zip Code: 96543
Country: GUAM U.S.A.
 
Record
SN00894513-F 20050915/050913213404 (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.