Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
MODIFICATION

N -- Building 1170 Raised Flooring

Notice Date
7/19/2011
 
Notice Type
Modification/Amendment
 
NAICS
238350 — Finish Carpentry Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-11-T-0023
 
Point of Contact
Jeff Choi, Phone: 316-759-4533, Andre D. Thurman, Phone: 3167595446
 
E-Mail Address
jeff.choi.1@us.af.mil, andre.thurman@us.af.mil
(jeff.choi.1@us.af.mil, andre.thurman@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Building 1170 Install Raised Flooring Solicitation FA4621-11-T-0023 Synopsis Description Section: The 22d Contracting Squadron (22 CONS) of the 22d Air Refueling Wing announces the projected solicitation for installation of raised flooring as 1 lump sum (will include SOW with Solicitation) at Building 1170 McConnell AFB, Kansas 67221. Anticipated workload consists of : a. A 6" raised flooring, 37'W x 29' 10"D, is to be built on top of the existing concrete flooring to accommodate the installation and routing of required network/telephone cabling, video/computer/monitor cables and power connections. b. One area raised to 12", approx. 17'W x 7'D, is required to be configured toward the center of the room to accommodate 2 Senior Controller workstations that will face the North wall. Gaps between 6 and 12" levels will be covered. c. 3 each transition areas to bathroom hallway, entryway, and stairs d. Approximately 20 each cutouts into flooring, with 20 each inserts to accommodate lan/phone and power jacks. Layout to be determined e. Anti-static carpet tile is required to cover both surface areas of the 6" and 12" raised flooring. f. Approximately 134 linear feet 4" vinyl cove molding g. Also to be included are any supplies and any/all hardware required for installation of raised platforms. This requirement is anticipated to receive quotes from at least two economically disadvantaged women owned business, therefore it will be set-aside 100% for economically disadvantaged women owned business. The NAICS code for this requirement is 238350, resilient floor covering manufacting. The Small Business Size Standard is $14 million. The Government contemplates issuing a written Request for Quote with a 100% small business set-aside. All responsible sources may submit a quote which shall be considered by the agency. Responses to the Request for Quote (RFQ) will be evaluated using Lowest Price Technically Acceptable (LPTA) evaluation factors. The Government shall issue an award to a single small business using a Firm Fixed Price (FFP), contract on or about 21 July 2011 with completed delivery and install NLT 30 ADC. We anticipate posting the solicitation 5 days after posting of this notice. This requirement shall be procured pursuant to the regulatory direction of FAR Part 12, Acquisition of Commercial Items. The closing date and time for submission of offers shall be contained in the solicitation package. The entire solicitation package, including the Standard Form 1449 and continuation pages and the Statement of Work, shall be made available only on the Federal Business Opportunities (FedBizOpps) Web Site at http://www.fedbizopps.gov/. Requests for copies of the solicitation package, or any cumulative parts thereof, by any other means shall not be honored. Potential offerors are responsible for monitoring the FedBizOpps website for the release of the solicitation package, which should be on or about 14 July 2011 for downloading their own copy of the solicitation package and for downloading their own copy of each associative amendment, if any. All firms wishing to submit a quote subsequent to the solicitation described herein MUST be registered in the Central Contractor Registration (CCR) database as well as the Online Representations and Certifications Application (ORCA) database or risk their otherwise-timely quote being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Information on CCR and ORCA registrations can be obtained at their respective web sites: http://www.ccr.gov and http://orca.bpn.gov. Response to this announcement is not required. The government will not pay for any information submitted in response to this announcement. The solicitation subsequent to this announcement may be cancelled. After solicitation and prior to award the possibility exists to reject all offers when cancellation is clearly in the public interest. This announcement does not obligate the Government to pay for any bid/quote preparation costs. Per AFFARS 5352.201-9101 (10 AUG 2005) the following applies: Prior to contacting ombudsman please contact Contract Administrator 2Lt Jeff Choi at 316-759-4533 or Contracting Officer Capt Rosa Krauss at 316-759-4525 (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 quotes, 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, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. 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, Capt. Krauss email: rosa.krauss@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-11-T-0023/listing.html)
 
Place of Performance
Address: Building 1170, McConnell AFB, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN02504000-W 20110721/110720002706-96e88fc0e84d2b52271daf9b7bb9e952 (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.