Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOLICITATION NOTICE

72 -- Carpeting and Tile

Notice Date
7/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bragg, Bldg 1-1333 Macomb St, Fort Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
W91247-08-T-0120
 
Response Due
7/15/2008
 
Archive Date
1/11/2009
 
Point of Contact
Name: Lucinda Nance, Title: Purchasing Agent, Phone: 9109075109, Fax: 9103963058
 
E-Mail Address
lucinda.l.nance@us.army.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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W91247-08-T-0120 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 314110 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-07-15 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Bragg, NC 28307 The USA ACA Ft. Bragg requires the following items, Brand Name or Equal, to the following: LI 001, Remove Carpet and Install VCT for S4 Hallway and Offices, Bldg AT-3275, approximately 2,925 sf. Essentials VCT SIN 31-401, color to be selected. Remove and dispose of glue down carpet. ****ADDED: In addition to the area above for approximately 2,925, an additional area has been added that is 8' X 28' ****, 1, EA; LI 002, Remove Carpet and Install VCT for Dispatch Operations, Bldg AT-3275, approximately 945 sf. Essentials VCT SIN 31-401, color to be selected. Remove and dispose of glue down carpet., 1, EA; LI 003, Remove Carpet and Install VCT for S1 Office Area, Bldg AT-3275, approximately 2,655 sf. Essentials VCT SIN 31-401, color to be selected. Remove and dispose of glue down carpet., 1, EA; LI 004, Remove Carpet and Install VCT for Main Hallways, Bldg AT-3275, approximately 5,445 sf. Essentials VCT SIN 31-401, color to be selected. Remove and dispose of glue down carpet., 1, EA; LI 005, Install VCT and Cove Installation for Current Operations Cell, Bldg AT-3275. Essentials VCT SIN 31-104, color to be selected. ****ADDED: This room size is 21' X 26' ****, 1, EA; LI 006, Remove Carpet and Install VCT for TLC HQs, Bldg AT-3275, approximately 3,960 sf. Essentials VCT SIN 31-604, color to be selected. Remove and dispose of glue down carpet., 1, EA; LI 007, THIS REQUEST FOR QUOTE HAS BEEN UPDATED IN BLOCKS 1 AND 6 TO INCLUDE FURTHER INFORMATION AS OF 9 JULY 2008., 1, EA; For this solicitation, USA ACA Ft. Bragg intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Bragg is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified A site visit has been arranged for anyone wishing to inspect the site where installation is to be performed. The site visit will be on date and time local time. Anyone wishing to visit the site should do so at this time. Those persons interested in attending the site visit should be at the Fort Bragg Regional Contracting Center, Building 2-1105, C-Stack, Macomb Road, Fort Bragg, NC no later than 0830 local time on Wednesday, 9 July. Point of contact is Lucinda Nance, at telephone number (910)907-5109 or e-mail at lucinda.l.nance@us.army.mil. Please notify the Contract Specialist if you are interested in attending. For questions or comments concerning the solicitation, please contact Lucinda Nance at LUCINDA.L.NANCE@US.ARMY.MIL or (910)907-5109. For quesitons about Fedbid contact Client Services@FedBid.com or call 1-877-9FEDBID to address any questions or comments.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a5bc2e8bb69ce46129338cefab639a7f&tab=core&_cview=1)
 
Place of Performance
Address: Fort Bragg, NC 28307
Zip Code: 28307-5000
 
Record
SN01610227-W 20080711/080709222457-b599a936d4aecc99ace4f509bcdd598b (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  © 1994-2020, Loren Data Corp.