Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2006 FBO #1664
SOLICITATION NOTICE

72 -- Air Force Logo Carpet Tiles and Ceramic Tiles

Notice Date
6/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
314110 — Carpet and Rug Mills
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-06-T-0101
 
Response Due
6/26/2006
 
Archive Date
12/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
AIR FORCE LOGO CARPET TILES This is a combined synopsis/solicitation for the above item prepared in accordance with format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. Solicitation Number FA8601-06-T-0101is issued as a Request for Quote (RFQ). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-9, dated 19 May 2006. This acquisition is 100% set-aside for small business. Small business standard is 500 employees. This is a small business set-aside. Small business link is http://sba.gov. The associated NAICS is 314110. A Firm Fixed Price Contract is anticipated. Quoted prices must be delivered FOB Destination. FOB point is Wright Patterson AFB. This is being conducted as a commercial item procurement utilizing Simplified Acquisition Procedures. 1. Acquiring product is Milliken, Hospitality, Air Force Logo Carpet Tiles. Carpet 450 sq. ft. P/6500 Grand Plaza ? 36? x 36? Comfort Plus Cushion ? P/6500 -DR#C128265-06 (map attached) 2. Ceramic Tiles ? 100 sq. ft plus border of Cross fill, Porcelain Grey 12x12? (government standard tile) with border that will be put in the kitchen. Furnish all labor to install ceramic tiles and border. (map attached) 2. Floor Prep ? provide labor and materiel for minor floor preparation 4. Labor ? provide all labor to install carpet and ceramic tiles Furniture and existing carpet will be removed prior to installation by the government. Furniture will be replaced by the government. Delivery is request by 25 August 2006 (installation completed). Responding suppliers shall include descriptive literature (catalog sheets) with their quotations to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this synopsis/solicitation and the salient characteristics document. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Brand Name or Equal quotes will be accepted. Offer/quote should include a technical description of the items being offered in sufficient detail to evaluate compliance with requirements in the solicitation. This may include product literature, or other documents, if necessary. FOB point is Destination (Wright Patterson AFB, OH 454330). Quoted prices should be delivered (FOB destination) prices. The government intends to award a purchase order resulting from this synopsis/solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes: price, technical, and delivery time. Responding contractors shall include quotations and descriptive literature with their response to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in the combined synopsis/solicitation. Solicitation provisions at FAR 52.212-1, Instructions to Offerors, Commercial (Jan 2004) are hereby incorporated by reference. Award will be based upon best value to the government considering cost and technical acceptability, see FAR 52.212-2, Evaluation, Commercial Items. All offerors shall include with their offers a completed copy of provision FAR 52.212-3, Offeror Representations and Certification Commercial Items (Jan 2004). FAR Clause 52.212-4, Contract Terms and Conditions, Commercial Items (Oct 2003), is hereby incorporated by reference. The following additional FAR Clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Jan 2004) are applicable to the acquisition: 52.211-6, Brand Name of Equal; 52.203-6, Restrictions on Subcontractor Sales to the Government, With Alternate I; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer, Central Contractors Registration. The following DFARS Clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions, Required to Implement Statutes or Executive Orders, Commercial Items; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.204-7004, Required Central Contractor Registration. Copies of all provision and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Important Notice to Contractors: Any award resulting from this solicitation may include DFARS Clause 252.232-7003, Electronic Submission of Payment Request. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contracts to 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. Contractors must complete vendor training, which is also available at no cost, at: http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. By submission of a quote, the quoter acknowledges the requirement that prospective awardees must be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. All proposals, Representations and Certifications and Central Contractor Registration Information are due no later than 1:00 p.m. EDT on 22 June 2006 and must be submitted to Sandra Webb, 88th CONS/PKBA, 1940 Allbrook Drive, Suite 3, Wright Patterson AFB, Ohio, 45433-5309. Quote may also be emailed to the above at Sandra.Webb@wpafb.af.mil, or faxed to (937)6556-1412, telephone (937)522-4520. One (1) document (Representations and Certifications) to this combined synopsis/solicitation will be provided upon email request to the above address for solicitation FA8601-06-T-0101. Contractors must be registered in CCR prior to award for solicitation issue after 31 May 1998. Telephone number to register is 1-888-CCR-2423, Fax 1-703-696-0213. Duns/CCR Website: http://ccr.edi.disa.mil/ccr/cgibin//query.pl. Mr. Stephen Miller has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. Existence of the Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of the proposals or the source selection process and therefore, for routine matters on individual solicitations, please contract the buyer at the above. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Mr. Miller (Ombudsman), he can be reached at (937) 255-5315, DSN 785-5315. His mailing address is 1755 Eleventh Street, Room 113, Building 570, Wright Patterson AFB, Ohio, 45433-7404. Points of Contact Sandra Webb, Contract Specialist, (937) 522-4520 Fax (937) 656-1412, email Sandra.Webb@wpafb.af.mil.
 
Place of Performance
Address: WRIGHT PATTERSON AFB, OHIO
Zip Code: 45433-5309
Country: USA
 
Record
SN01070623-W 20060617/060615221045 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.