Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

72 -- Carpet for 77th Wing Building 1610 - RFI

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
442210 — Floor Covering Stores
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4803-10-Q-A420-Carpet77thBldg1610
 
Archive Date
9/30/2010
 
Point of Contact
Joseph L. Garcia, Phone: 8038955253, Ronald P. Alexander, Phone: 8038955392
 
E-Mail Address
joseph.garcia@shaw.af.mil, ronald.alexander@shaw.af.mil
(joseph.garcia@shaw.af.mil, ronald.alexander@shaw.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Request For Information 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 being requested and a written solicitation will not be issued. This solicitation will be evaluated and awarded per the prescribed procedures of FAR Part 13, Simplified Acquisition Procedures. The solicitation number for this procurement is FA4803-10-Q-A420 and is issued as a Request for Information (RFI). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-43, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100820 and Air Force Acquisition Circular (AFAC) 2010-0402. The North American Industry Classification System code for this acquisition is 442210, Other Communications Equipment Manufacturing with a Size Standard of $14.0M. This acquisition is 100% SDVOB Set-aside. This requirement is for: 0001 Remove approx 840 sq yards of carpet, and install dyed nylon, Interloop pattern, 28 oz per sq. yd. face weight, 1/10 gauge. Color Mark 1 RS, manufactured by Tandus Carpet, or equal. 1 Each 0002 Responsible for binding and installing the carpet covebase. Binding tape will be 100% polyester, color black as manufactured by Mega Industries, Incorp. Or equal. 1 Each 0003 Responsible for the purchase and installation of vinyl cove base and adhesive. Cove base installed shall be 6" high, gauge.080 vinyl, color black. 1 Each 0004 Labor to remove and reinstall all furniture 1 Lump Sum 0005 Labor to remove and dispose of old flooring 1 Lump Sum 0006 Labor for preparation and installation of new flooring 1 Lump Sum The RFI's submitted shall contain the following information: RFI number, time specified for receipt of offers, name, address, telephone number of offeror, terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Information shall also contain all other documentation specified herein. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Period of Acceptance for Offerors: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Late offers: Request for Information or modification of information received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items. Late offers: Request for Information or modification of information received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose information conforms to the solicitation and will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes: Price. A Mandatory Site Visit will be held Friday, 10 September 2010, @ 2:00 pm EST. Please call or email to confirm attendance. If you require a pass to get on base please meet at the Front Gate (Hwy 378) @ 1:30 pm EST. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. The following clauses are hereby incorporated by reference: FAR 52.211-6 Brand Name or Equal; FAR 52.212-3 Offerors Representations and Certifications Commercial items or do so on-line at http://orca.bpn.gov. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions Commercial Items; 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor -- Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Safeguard; 52.222-26 Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50 Combat Trafficking in Persons; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 252.204-7003 Control of Government Personnel Work Product; 252.225-7001 Buy American Act And Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.247-7023 Transportation of Supplies by Sea; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes o Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION); 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation); 52.204-5 Women-Owned Business (Other than Small Business); 52.233-2 Service of Protest; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.212-7000 Offeror Representations and Certifications- Commercial Items; 252.225-7000 Buy American Act -- Balance of Payments Program Certificate (Deviation); 52.252-5 Authorized Deviations in Provisions; 52.252-6 Authorized Deviations in Clauses; 5352.201-9101 Ombudsman. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 15 September 2010, 2:00 PM Eastern Standard Time. Submit offers via fax to (803) 895-5339 or email to joseph.garcia@shaw.af.mil. Delivery: Shaw AFB, Sumter, SC 29152.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA4803-10-Q-A420-Carpet77thBldg1610/listing.html)
 
Place of Performance
Address: Shaw AFB, SC, Sumter, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN02272556-W 20100910/100908235307-896b1e53aeca6cd0ec51cd0db55eea90 (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.