Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2009 FBO #2658
SOLICITATION NOTICE

72 -- CMSA PAC Carpet, 1st Floor, Bldg 20, Phase II - CMSA PAC Carpet Proj Phase II SOW

Notice Date
3/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-09-T-0014
 
Archive Date
4/2/2009
 
Point of Contact
Megumi Kuwada,, Phone: (808) 448-2970, Kathy R Atoigue,, Phone: 808-448-2966
 
E-Mail Address
megumi.kuwada@hickam.af.mil, kathy.atoigue@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
CMSA PAC Carpet Purchase, Phase II SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: FA5215-09-T-0014 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090115, and Air Force Acquisition Circular (AFAC) 2008-0128. This acquisition is a small business set aside under NAICS code 238330 and small business size standard of $14M. To purchase and install Interface Cubic Carpet Tile for five (5) rooms located at Building 20, Cruise Missle Support Activity (CMSA) Pacific, Camp H.M. Smith, Aiea, Hawaii. This RFQ contains two (2) line items. The items, as follows, are on a firm fixed price basis: CLIN 0001: Materials. Interface Cubic Carpet tile, Style # 13801, Color - Area, Color # 4292, size 19.69 inches by 19.69 inches (50cm by 50 cm) or equal for five (5) Rooms. (Approximately 2,830 square feet of carpet for rooms 159, 162, 163, 174, and 177, located in Bldg 20). Six (6) inch black color cove base molding for carpet area. CLIN 0002: Labor. Labor for removing furniture and office equipment in Rooms 159, 162, 163, 174, and 177, located in Bldg 20. Contractor shall remove furniture and office equipment before removing existing carpet and replace same furniture and equipment after carpet tiles are installed. Contractor shall isolate existing carpet adhesive with residual interface primer or equivalent material. A site visit will take place on Wednesday, 11 March 09 at 1330 hrs. Interested offerors shall contact Mr. Willson Sakai at 808-477-1300 x114 before 9 March 09 to arrange base access. You must bring with you a current driver's license, registration, safety check and valid insurance card for base access. This will be the only site visit. Please send only one (1) representative from your organization. Offerors may propose an alternate quotation if offering more than one solution. Please include brand name and color of carpet tile offering in your quotation. Work shall commence within ten (10) days of notification from the Hickam AFB Contracting Office and shall coordinate start date with Mr. Willson Sakai or SSgt Stephen Hayes at 808-477-1300 x 114. Place of performance shall be CMSA PACIFIC, Bldg. 20, 99-1127 Halawa Hts. Rd, Camp H.M. Smith, Aiea, HI 96701 Any questions in regards to this solicitation must be submitted no later than 13 March 09 to ensure Government ample response time and timely submittals of proposals. Award basis lowest price technical acceptable. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (a) All quotes are due on or before 3:00 pm, Hawaii Standard Time (HST), 18 March 09. Electronic quotes are acceptable. Submission may be made via email to megumi.kuwada@hickam.af.mil, via parcel mail to15 CONS/LGCB, ATTN: Megumi Kuwada, 90 G Street, Bldg 1201, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911. Quotes must reference the solicitation number. (b) Central Contractor Registration (CCR). Offerors must be registered with the CCR (http://www.ccr.gov) database upon submission of their request for proposal (RFP) / request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFP/RFQ, the offer shall be considered nonresponsive and ineligible for contract award. Wide Area Work Flow (WAWF). Offerors must be registered in the WAWF (https://wawf.eb.mil). If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. IAW FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (JUN 2008) Alternate I (APR 2002). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If you have not completed the annual representations and certifications electronically at the ORCA website, please complete only paragraphs (b) through (i) of this provision and return along with your quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Reps and Certs in hard copy form. IAW FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEC 2008), is applicable to this procurement along with the following addenda: 52.219-6, Notice of Total Small Business Aside (JUN 2003) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (JUN 2007) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (JUN 2003)(E.O. 11755) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793) 52.222-41, Service Contract Act of 1965 (NOV 2007)(41 U.S.C. 351, et seq.) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage - Fringe Benefits Structural and Finishing Worker WG-3601-7, $22.17 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (NOV 2006)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.) 52.222-50, Combating Trafficking in Persons (AUG 2007) 52.225-3, Buy American Act-Free Trade Agreements--Israeli Trade Act (AUG 2007), (ii) Alternate I (JAN 2004) of 52.225-3 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). (End of Clause) IAW DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2009), is applicable to this procurement along with the following addenda: 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JAN 2009)(41 U.S.C. 10a-10d and 10 U.S.C. 3301 note), Alternate I (OCT 2006) of 252.225-7036 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008)(10 U.S.C. 2227) 252.247-7023 Alternate III (MAY 2002), Transportation of Supplies by Sea (MAY 2002)(10 U.S.C. 2631). IAW DFARS 252.225-7000, BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JAN 2009) (a) Definitions. Commercially available off-the-shelf (COTS) item, domestic end product, foreign end product, qualifying country, qualifying country end product, and United States have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that-- (i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: ----------------------------------------------------------------------- (Line Item Number Country of Origin) ----------------------------------------------------------------------- (Country of Origin) (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of ``domestic end product'': (Line Item Number)----------------------------------------------------- (Country of Origin (If known))----------------------------------------- (End of provision) IAW DFARS 252-232-7010 -- Levies on Contract Payments (DEC 2006) (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide- (1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) 5352.201-9101, OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Lt Col Rodger Phillips, phone number (808) 448-2901, facsimile number (808) 448-2912, e-mail: rodger.phillips@hickam.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference: 52.211-6 -- Brand Name or Equal (AUG 1999) 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2008)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bfef679c2374e3b9f62a399bf99e5567&tab=core&_cview=1)
 
Place of Performance
Address: Cruise Missile Support Activity Pacific, 99-1127 Halawa Heights Road, Camp H.M. Smith, Building 20, Aiea, Hawaii, 96861, United States
Zip Code: 96861
 
Record
SN01762217-W 20090307/090305215509-bfef679c2374e3b9f62a399bf99e5567 (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.