Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
SOLICITATION NOTICE

72 -- Mitchell Hall Community Center Carpet - Combined Synopsis Solcitation

Notice Date
9/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
11TC757
 
Archive Date
9/28/2011
 
Point of Contact
Kenya I Hall, Phone: 210-671-1762, Nell Hitchye, Phone: 673-0583
 
E-Mail Address
kenya.hall@us.af.mil, erma_nell.hitchye@us.af.mil
(kenya.hall@us.af.mil, erma_nell.hitchye@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Lead Results Chart Lead and ACM Letter. Asbestos Lab Results. Combined Synopsis Solicitation with Statement of Work and Pictures. 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) and the reference number is 11TC757. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and DFARS change notice 20110819. The Offeror must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. The government will award a contract on the basis of the lowest priced, technically acceptable offer. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. Please include CAGE Code, DUNS, Tax Identification Number, FOB Point, Discount Terms and Delivery Date. Quotes must be valid through 30 October 2011. This is a 100 percent small business set aside. The NAICS Code is 238330 and the size standard in number of employees is 7 Million. See Attached CLIN DESCRIPTION QTY UNIT PRICE 0001 CARPET--PATCRAFT URBAN ARTIFACTS CUSTOM Option Moderne or Equal (Color to TBD). 2000 (Approx) Sq Yds $ 0002 Attached Cushion 2000 (Approx) Sq Yds $ 0003 Allowable Overage 25 Yds $ 0004 PATCRAFT URBAN ARTIFACTS CUSTOM OPTION MODERNE for Carpet Base or Equal 18 Yds $ 0005 Installation of Carpet Direct Glue with Attached Cushion 2000 (Approx) Sq Yds $ 0006 Removal of Existing Carpet 2000 (Approx) Sq Yds $ 0007 Cut & Bind Carpet into 4" Carpet Cove Base 274 Ft $ 0008 Installation of 4" Carpet Cove Base 250 Ft $ 0009 Furnish & Install Transitions as required 274 Ft $ 0010 Furnish adhesive compliant with manufacturer's recommendations, receive/store and transport materials to job site & Dumpster allowance. 1 LO $ *Note: See Attached Statement of Work. To be eligible to receive an award resulting from this RFQ, Offerors must be registered in the DOD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov. Offerors shall electronically complete FAR 52.212-3 Offeror Representations and Certifications-Commercial Items at website http://www.bpn.gov/orca. The following clauses and provisions are applicable to this solicitation. FAR 52-211-17, Delivery of excess quantities; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business program Re-representation; FAR 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-50, Trafficking in Persons; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.247-34, FOB Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7003, Electronic Submission of Payment Requests; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52-252-5, Authorized Deviations in Provisions; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); AFFARS 5332.201-9101 Ombudsman. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil or www.arnet.gov. A site visit will be conducted on Tuesday 20 September 2011 at 0900 at 1980 Kenly Ave Building 2300, Lackland AFB, TX 78236. Attendance is highly encouraged. All interested and otherwise qualified vendors please forward the following information no later than 8:00 am 20 September 2011: First and Last Name, Drivers License Number, Social Security Number, and Date of Birth. Report to the Lackland Visitors Control Center Gate to receive a visitors pass to attend the site visit. Required documentation - Valid Driver's License (ID for passengers), Vehicle Registration, and Proof of Insurance. Contact SSgt Kenya Hall (Kenya.Hall@us.af.mil or 210-671-1762) Quote must be received no later than 27 September 2011, 1:00 p.m., Central Daylight Time. Quote may be emailed (preferably) to kenya.hall@us.af.mil or faxed to 210 671-1762. Point of Contact for this requirement is Kenya Hall, 210-671-1762.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/11TC757/listing.html)
 
Place of Performance
Address: 1980 Kenly Ave Building 2300, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02577550-W 20110917/110915235037-735bfe2cabb85138fb37d05b1499b179 (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.