Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

72 -- Carpet Purchase & Removal/Installation for Asheville,NC Federal Building - RFQ - Statement of Work

Notice Date
9/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314110 — Carpet and Rug Mills
 
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
F3HRA15224AW01
 
Point of Contact
Douglas W. Lembo, Phone: 8439635162, Jacqueline Brown, Phone: (843) 963-5857
 
E-Mail Address
Douglas.Lembo.2@us.af.mil, jacqueline.brown.1@us.af.mil
(Douglas.Lembo.2@us.af.mil, jacqueline.brown.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Appendix E - Carpet Specification Guideline Appendix D - GSA Construction Waste and Recycling Report Appendix C - Clearance Request Procedures for GSA Facility Appendix B - Room Layout Statement of Work (See Included Appendices) Request for Quote COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (i) 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. Quotes are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F3HRA15224AW01 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 03 Aug 2015. (iv) This acquisition is a total small business (100%) set-aside. The associated NAICS code is 314110 with a 500 employee size standard. A firm fixed price contract is contemplated. (v) Contractors shall submit a lump sum quote for the purchase, delivery and removal/disposal and installation of carpet, vinyl cove base for the 14th Weather Squadron Office Building (11 rooms) located in Veach-Baley Federal Complex on 151 Patton Ave, Ashville, NC 28801. The RFQ format is attached to this combination solicitation/synopsis that will used to submit quotes. The contractor shall also submit the specifications for items submitted that are sufficient for evaluation. After award, these documents will become part of the contract. All responsible sources may submit a quote, which shall be considered. A highly recommended site visit is scheduled for 09 September 2015 at 09:00AM EST. Interested parties must submit the names of personnel attending the site visit, no more than two per business entity, on behalf of their companies to Douglas Lembo (Douglas.Lembo.2@us.af.mil) and TSgt James Crocker (James.Crocker@us.af.mil) no later than 04 September 2015 at 12:00PM EST if they plan to attend. All prospective offerors are urged to attend this conference. (vi) The contractor will be responsible for providing all management, labor, tools, materials, supplies, equipment, and vehicles necessary for the purchase, delivery, removal/disposal and installation of carpet and vinyl cove base, Brand Name or Equal (See the attached Statement of Work). (vii) Carpet shall be delivered within thirty (30) days after receipt of award to the contracted carpet installer. Carpet installation shall begin within five (5) days of the carpet delivery, FOB destination. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Past Performance. 2. Technically Acceptability - When submitting quote, vendor must list and provide supporting documentation for salient characteristics sufficient for technical evaluation. 3. Price - The Government will evaluate the total price of the offer for award purposes. If the lowest priced, technically acceptable, responsible offer is evaluated and is judged to have a Substantial Confidence Performance Assessment Rating, that offer represents the best value to the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 2 references of "recent" and "relevant" projects that have occurred. "Recent" is defined as projects within the past three years only. "Relevant" is defined as Performance effort involved essentially the same magnitude of effort and complexity this solicitation requires. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xiii) The following additional clauses are applicable to this procurement: • FAR 52.204-7, System for Award Management • FAR 52.211-6, Brand Name or Equal • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-14, Limitations on Subcontracting • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-26, Equal Opportunity • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration • FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.222-37, Employment Reports On Veterans • FAR 52.222-41, Service Contract Labor Standards • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires in compliance with the Service Contract Act of 1965, as amended and the requlations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service epmloyees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This statemtent if for information only: It is not a Wage Determination. Employee Class Monetary Wage- Fringe Benefits 23140 Carpet Layer WG-8 $20.29 per hour + 36.25% est. for fringes • FAR 52.222-44, Fair Labor Standards Act and Service Contract Act - Price • FAR 52.222-50, Combating Trafficking in Persons. • FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Drivin • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation • FAR 52.253-1 Computer Generated Forms • DFARS 252.204-7004 Alternate A, System for Award Management; Contractors not registered in the SAM will be ineligible for award (register at http://www.sam.gov/ or call 1-800-334-3414) • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225-7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • AFFARS 5352.201-9101 Ombudsman OMBUDSMAN (APR 2014) (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 interested 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregg Oneal, AFICA/KM, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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) • FAR 52.223-11, Ozone-Depleting Substance • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Deplteing Subsatnces (ODSs • AFFARS 5352.223-9001, Health and Safety on Governement Installation • AFFARS 5352.242-9000, Contractor Access to Air Force Insallations (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 16 September 2015 no later than 2:00 PM EST. Requests should be marked with solicitation number F3HRA15224AW01. (xvi) Address questions to Douglas Lembo, Contracting Specialist, at (843) 963-5162, fax (843) 963-5183, email douglas.lembo.2@us.af.mil or Jacqueline Brown, Contracting Officer, at (843) 963-5857, fax (843) 963-5183, jacqueline.brown.1@us.af.mil For more opportunities, visit http://www.airforcesmallbiz.org. See Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F3HRA15224AW01/listing.html)
 
Place of Performance
Address: 14th Weather Squadron (Veach-Baley Federal Complex), 151 Patton Ave., Asheville, North Carolina, 28801, United States
Zip Code: 28801
 
Record
SN03868322-W 20150904/150903000055-262e69117689d9400e91f17dbdae574c (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.