Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

72 -- Flooring Blgd 381 2nd floor, Travis AFB Ca - Bldg 381 PWS, Floor plans and AF standards

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314110 — Carpet and Rug Mills
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3849191A016
 
Archive Date
10/3/2009
 
Point of Contact
Juan J. Rojas, Phone: 707-424-7754, Brenna K Loseke, Phone: 707-424-7766
 
E-Mail Address
juan.rojas@travis.af.mil, brenna.loseke@travis.af.mil
(juan.rojas@travis.af.mil, brenna.loseke@travis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Bldg 381 Performance Work Statement Bldg 381 Floor plans. Air Force Standards. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3Z3849191A016; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, effective date September 10, 2009; Defense DCN 20090825, effective date 25 August 2009; and AFAC 2009-0803 effective date 18 Mar 2009. The North American Industry Classification System (NAICS) code is 326192. The business size standard is 750 Employees. The Federal Supply Class (FSC) is 7220. The Standard Industrial Classification (SIC) is 2281. Travis AFB intends to award a purchase order for Carpet and Carpet installation. Award shall be made in aggragate, all or none. PURCHASE & INSTALLATION OF VINYL TILE FOR BLDG 381 2nd Floor: CLIN 0001: CARPET TILES - COLOR TO BE SELECTED UPON AWARD. 1136 SY. CLIN 0002: MODULAR CARPET ADHESIVE. 44 Gallons. CLIN 0003: REMOVE EXISTING CARPET AND BASE. 1082 SY. CLIN 0004: STANDARD MODULAR CARPET TILE INSTALLATION. 1136 SY. CLIN0005: FURNISH AND INSTALL 4" RUBBER COVE BASE, COLOR TO BE SELECTED UPON AWARD. 2160 SY. CLIN0006: UPGRADE INSTALLATION TO INCLUDE FULL VIT "LIFT" INSTALLATION. 1135 LF See attached Statement of Work. Offerors must provide writen acknowledgement to any and all amendments to this solicitation with their offer. Otherwise offer may not be considered for award. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items: (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 factors shall be used to evaluate offers: 1: Lowest Price Technically Acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-50 Combating Trafficking in Persons. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.204-7003 Control of Government Personnel Work Products. DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.237-1 Site Visit: Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Details: All contractors planning to attend this site visit should confirm attendance via email by 16 Aug 2009 @ 1600 HRs. The site visit is Scheduled for 17 September 2009 and will begin promptly at 0900 Hrs. Contractors are to meet in the parking lot adjacent to the Travis AFB Pass and Registration Center by 0830 Hrs to proceed to the site. No other site visits are scheduled at this time. A base pass is not necessary as transportation will be provided by 60 CONS. As a failsafe measure contractors should bring their driver's license, vehicle registration, and proof of insurance in case it will be necessary to bring your vehicle on base. Contractors should bring something to write with; questions posed during the site visit are to be submitted in writing at the close of the site visit. Responses will be posted to FBO to ensure fair solicitation to all potential contractors. Contractors are able to bring additional items to assist in providing a more accurate quote. Any questions or concerns regarding this site visit shall be submitted to 60 CONS in writing prior to the site visit. FAR 52.232-18 Availability of Funds - 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. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to juan.rojas@travis.af.mil or fax to 707-424-5189 NO LATER THAN 18 September 2009, 12:00 PM, PST. All questions must be in by 16 September 2009. Point of contact is Juan Rojas, A1C, Contract Specialist, telephone 707-424-7754. Alternate POC is SSgt Brenna Loseke, Contracting Officer, telephone 707-424-7766, brenna.loseke@travis.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3849191A016/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN01953040-W 20090916/090914235924-d5d0eef325ca7037101b8a7df006f30a (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.