Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
SOLICITATION NOTICE

72 -- Carpet purchase, removal and installation - Combo

Notice Date
7/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-10-T-1014
 
Archive Date
9/9/2010
 
Point of Contact
Sarah L Gordon, Phone: 719-567-2569, Robert F. Heinrich, Phone: 719-567-3442
 
E-Mail Address
sarah.gordon@schriever.af.mil, robert.heinrich@schriever.af.mil
(sarah.gordon@schriever.af.mil, robert.heinrich@schriever.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Hold Harmless Agreement ETL SOW SOW General Information Document Type: Combined Synopsis / Solicitation Solicitation Number: FA2550-10-T-1014 Classification Code: 72 NAICS Code: 238330 - Flooring Contractors Contracting Office Address Department of the Air Force, Air Force Space Command, 50 CONS, Base Infrastructure Flight, 210 Falcon Parkway, STE 2116, Schriever AFB, CO 80912-2116, UNITED STATES Description: (i) 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. (ii) This solicitation is issued as a Request for Quote (RFQ) against solicitation number FA2550-10-T-1014 for a commercial items acquisition for 2 X 2 foot carpet tiles with padding on the back and four inch cove base. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42 effective June 16, 2010. (iv) The North American Industrial Classification System (NAICS) Number is 238330; Flooring Contractors. This proposed acquisition is set-aside for 100% Hubzone. (v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): CLIN 0001 Replace Carpet Building 500 Schriever AFB CO 80912 IAW SOW dated 29 June 2009 attached herein. Firm Fixed Price (FFP) to include delivery cost. F.O.B. to 50 CES/CEOE and cost for escorts : tiny_mce_marker_________________ *** NOTE*** This is a Straddle B project. There are no funds currently available for this project and there may not be funds in the future. This solicitaion is contingent on receiving funds for this project. A signed Hold Harmless Agreement (attachement 2) must be signed and submitted with all solicitation bids. (vi) Description of requirements for the items to be acquired. STATEMENT OF WORK (SOW) 29 June 2009 Carpet purchase & installation (Building 500 Room(s) phase 2 mapped area) Schriever AFB Colorado 80912. See attached SOW Salient characteristics of carpet to be provided and installed: New 2'X2' carpet tiles with padding on the back. Carpet shall be like Shaw "Absolute Blu", Style #58402, 24oz EW24. NOTE: This is not a brand name requirement; Shaw is simply used as an example for the color and style. Carpet SHALL be in accordance with Engineering Technical Letter (ETL) 07-4: Air Force Carpet Standard (See attached ETL). Purchase and install new cove base. Cover base shall be 4-inch height and black in color. NOTE: The contractor will be required to provide security escort for the Restricted Area of Schriever AFB. (The only known company that currently provides such a service is C&D in Colorado Springs.) (vii) Date(s) Period of performance is as soon as possible, but NLT 90 days after award of a PO. Place of delivery and acceptance: FOB point is Schriever AFB Colorado. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quotation on company letterhead stationery, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, and overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments. (ix) Provision at 52.212-2, Evaluation -- (a) Commercial items shall be used. The Evaluation as Commercial Items applies to this acquisition and that the Government will award a contract resulting from this solicitation to the responsive responsible quoter whose technically acceptable quote conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest price and has salient characteristics as indicated in paragraph (vi) above. Must sign and submit a Hold Harmless agreement. (See attachment 2) (x) Provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items applies and to that end, offerors must ensure that the representations and certifications have been completed in accordance with FAR 52.212-3 Offeror Representations and Certifications--Commercial Items on the ORCA website (http://orca.bpn.gov/publicsearch.aspx). (xi) Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items July 2010 Deviation. (xiii) Contract financing arrangements will not apply. The following additional clauses will apply: CLAUSES INCORPORATED BY REFERENCE 52-204-9 52.209-6 52-219-3 Personal Identity Verification of Contractor Personnel Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Notice of Total HUBZone Set-Aside SEP 2007 SEP 2006 JAN 1999 52.222-3 52.223-4 Convict Labor Recovered Material Certification JUN 2003 MAY 2008 52.223-11 Ozone-Depleting Substances MAY 2001 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-18 Availability Of Funds APR 1984 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52-237-1 52.237-2 52.251-1 Site Visit Protection Of Government Buildings, Equipment, And Vegetation Government Supply Sources APR 1984 APR 1984 APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.225-7000 Buy American Act--Balance Of Payments Program Certificate JAN 2009 252.225-7001 252.225.7002 Buy American Act And Balance Of Payments Program Qualifying Country Sources as subcontractors JAN 2009 JUN 2003 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program JUL 2009 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 CLAUSES INCORPORATED BY FULL TEXT [Class Deviation- 2009-O0005, Commercial Item Omnibus Clauses for Acquisitions Using the Standard Procurement System. This clause deviation is effective on May 1, 2009, and remains in effect until April 30, 2014, or until otherwise rescinded. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.225-18 - Place of Manufacture. As prescribed in 25.1101(f), insert the following solicitation provision: Place of Manufacture (Sep 2006) (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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): http://farsite.hill.af.mil/VFFARA.htm (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/VFFARA.htm (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (APR 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 5352.201-9101 OMBUDSMAN (10 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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Headquarters Air Force Space Command A7K, 150 Vandenburg Street, Suite 1105, Peterson AFB, CO 80914-4230 719-554-5250, Fax: 719-554-5299. 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) 5352.242.9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating will not apply. (xv) Date, time and place offers are due: Quotes must be received NLT 1:00 p.m. 27 Jul 2010 (Mountain Daylight Time (MDT), 50CONS/LGCA, 216 Falcon Parkway, STE 2116, Schriever AFB, CO 80912-2116. Quotes received after this date and time will be considered late in accordance with 52.212-1(f), Late Submission, Modifications, Revisions, and Withdrawal of Offers and will not be evaluated. Proposals SHALL remain valid until 12:00a.m. hours 30 September 2010. Site Visit will be on 19 Jul 2009 - Coordinate Visit with 50 CES POCs: Primary: MSgt Torgerson 50 CES, phone 719-567-2300 or donald.torgerson@schriever.af.mil Alternate: SSgt Roldolfo Villarreal 50 CES/CECM 719-567-4725 or roldolfo.villarreal@schriever.af.mil (xvi) Individuals to contact for information regarding this solicitation: TSgt Sarah Gordon, Contract Specialist, Phone 719-567-2569, Fax 719-567-3438, Email sarah.gordon@schriever.af.mil Robert Heinrich, Contracting Officer, Phone 719-567-3442, Fax 719-567-3438, Email robert.heinrich@schriever.af.mil Place of Performance: Schriever AFB, Colorado Postal Code: 80912 Country: UNITED STATES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/FA2550-10-T-1014/listing.html)
 
Place of Performance
Address: Bldg 500, Schriever AFB, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN02201316-W 20100711/100709235343-b301a628b9b066581bd01c7d354d1eb1 (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.