Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SOLICITATION NOTICE

72 -- Low Profile Raised Floor - FA8751-11-Q-0216

Notice Date
2/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-11-Q-0216
 
Archive Date
3/11/2011
 
Point of Contact
Richard C Childres, Phone: 315-330-4194
 
E-Mail Address
richard.childres@rl.af.mil
(richard.childres@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FA8751-11-Q-0216 Ramp Sketch FA8751-11-Q-0216 Drawing FA8751-11-Q-0216 Site Visit Form This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of any amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-11-Q-0216 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110202. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Total Small Business set-aside. The NAICS code is 238330 and small business size standard is $14 million in average annual revenue. SITE VISIT is highly encouraged and will be conducted 10 AM (ET) THU 17 FEB 2011. Complete the attached Site Visit form to attend. The contractor shall provide the following line items on a Firm Fixed Price (FFP) basis. Offerors must quantify the warranty terms and include shipping FOB Destination in the total price. ITEM 1: Low Profile Raised Flooring Qty: 1 lump sum Description: complete low profile raised floor system for the facility described in the attached drawing and ramp sketch, to include the following components: (a) Carpet tile finish - Class 3 3 heavy duty commercial use textured loop pile carpet modular tile with 6.3mm average finished pile height; stain repellent and resistant, with antimicrobial treatment; 915gsm finished face weight, 12.8mm nominal total thickness; 85% recycled polyurethane cushion backing (Milliken Consequence Sequel 5E27 Dialogue OR EQUAL). (b) Steel platform base - double 16 GA hot dipped galvanized steel, low profile 2.75" high; conduit space to accommodate 128 quarter inch diameter CAT 5 or 6 cables, or 16 half inch armored power cables; capable of allowing ADA ramping requirements; 1764 lbs base unit load capacity, less for corners and channels; 3.8x1013 ohms static free efficiency (FreeAxez FA-70 series OR EQUAL). (c) Baseboard finish - 4" vinyl cove base, black, with all required reducers and accessories (Roppe OR EQUAL) ITEM 2: Freight Qty: 1 lump sum Description: shipping and handling of floor system delivered FOB Rome NY ITEM 3: Installation Qty: 1 lump sum Description: Contractor shall provide all equipment, labor, and supervision necessary to install the flooring system required in Item 1. Offerors shall provide a written description of their proposed method, schedule sequence, materials, and installation layout drawings. Offerors shall specify at least the same warranty terms, including extended warranties, offered to the general public in commercial practice. The expected completion date is 30 days after award. The place of delivery, acceptance, and FOB Destination point is F4HBL1/Transportation Officer, Depot 2, 148 Electronic Pkwy, Rome NY, 13441-4516. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) THU 24 FEB 2011. Submit to: AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8401 or by email: to richard.childres@rl.af.mil. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary. (b)(10) PAST PERFORMANCE. Offerors shall submit past performance information to include evidence of successful performance of work completed within the last 3 years that is similar in magnitude and scope to the effort described in this RFQ. Offerors shall provide contract numbers, current points of contact (name, telephone, and email), and a brief description for each past performance effort. (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. EVALUATION. The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation is the LOWEST PRICED, TECHNICALLY ACCEPTABLE offer. Past performance information will be considered as part of Technical Acceptability. The representations and certifications found in the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following FAR and FAR Supplements clauses and provisions also apply: 52.211-6, Brand Name or Equal 52.247-34, FOB Destination 252.211-7003, Item Identification and Valuation 252.225-7000, Buy American Act and Balance of Payments Program Certificate 252.232-7010, Levies on Contract Payments 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations 5352.201-9101, Ombudsman (filled in as follows: The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754.) Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-11-Q-0216/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN02378472-W 20110213/110211234319-cfd7b34cb40488ade6695fb7e33297bb (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.