Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOLICITATION NOTICE

Z -- Furnish/Install Carpet - SOW

Notice Date
3/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3E30005A001
 
Archive Date
3/27/2010
 
Point of Contact
Brandi L Shellhammer, Phone: 8439635165
 
E-Mail Address
brandi.shellhammer@charleston.af.mil
(brandi.shellhammer@charleston.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ For Furnish/Install Carpet BLDG 536 Statement of Work For BLDG 536 COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E30005A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-38, Effective 01 Feb 2010. (iv) This acquisition is 100% set-aside Service Disabled Veteran Owned Businesses. The associated NAICS code is 238330 with a $14.0 size standard. (v) Contractors shall submit a quote for Clin 0001, purchase of carpet tiles for building 536 to match existing carpet, QTY approximately 895.44 sq yd. Carpet tile brand: Mohawk, style: Endeavor, color: #507 Follow. Tile comes with attached cusion. Clin 0002, removal /disposal of old carpet and installation of new carpet tiles. Furnish and install approximately 1680 LF of 4"H cove base Johnsonsite Brand, #38 Pewter. Furnish and install edging/ stripping. IAW attached Statement of Work. A site visit will be conducted on 09 March 2010 at 0900 am. The site visit is not mandatory but highly recommended, in which the contractor will have the opportunity to measure exact footage; Contact, Brandi Shellhammer, at 843-963-5165 NLT 5 March 2010 at 1300 with the names of all who plan to attend. You must have a valid driver's license, proof of insurance, and vehicle registration to get on base. This is a Brand Name Requirement justification to match existing carpet. All responsible sources may submit a quotation, which shall be considered. (vi) F1M3E30005A001 Remove/ dispose and install carpet tiles and cove base to match existing carpet tile on Charleston Air Force Base, South Carolina. (vii) Delivery FOB destination (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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 in the following relative order of importance: 1.Technical capability of the item offered to meet the Government requirement. 2. Price. The Government will evaluate the total price of the offer for the award purposes. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.211-17 Delivery of Excess Quantities • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-27, Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside • FAR 52.219-18, Notification of Competition Limited to Eligible 8(a) Concerns • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside • FAR 52.219-17, Section 8(a) Award • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 05-2473 (Rev.10) • FAR 52.222-42 Statement of Equivalent Rates for Federal Hires • FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. • 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • Unless exempt pursuant to 23.204, insert the clause at 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR® Program or FEMP will be-(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally-controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman; complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 12 March 2010 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E30005A001 (xvi) Address questions to Brandi Shellhammer, Contract Specialist, at (843) 963-5165, fax (843) 963-5183, email brandi.shellhammer@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, email jacqueline.brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E30005A001/listing.html)
 
Place of Performance
Address: Charleston AFB SC 29404, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02081789-W 20100305/100303234823-f21df68261aa07dd75e18e7c71ff1256 (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.