Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
MODIFICATION

72 -- Bldg. 8500 Carpet Removal & Installation - Questions & Answers

Notice Date
7/28/2016
 
Notice Type
Modification/Amendment
 
NAICS
314110 — Carpet and Rug Mills
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
RFP-VAFB-CARPET
 
Archive Date
8/13/2016
 
Point of Contact
Andrew Bossert, Phone: 8056057040, Lucille D. Ngiraswei, Phone: 805-606-2181
 
E-Mail Address
andrew.bossert.1@us.af.mil, lucille.ngiraswei@us.af.mil
(andrew.bossert.1@us.af.mil, lucille.ngiraswei@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions & Answers "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs associated with preparing a proposal in response to this solicitation." 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; proposals are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Proposal (RFP). Submit written offers IAW CLIN structure outlined in announcement. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM)(https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88 (effective 15 June 2016) and DFARS DPN 20160630 (effective 30 June 2016). This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(b). The applicable North American Industry Classification System (NAICS) code is 314110, "Carpet and Rug Mills", and the associated Size Standard is 500 employees. Purchase Request #: F4D3D96161AG04 Project Title: Bldg. 8500 Carpet 1. Proposals should conform to the CLIN structure as established in the attached Proposal Template. 2. Proposals shall be valid through 30 Sep 2016. 3. All questions or comments must be provided in writing via email to the Contract Specialist (CS) Andrew Bossert, andrew.bossert.1@us.af.mil and the Contracting Officer (CO) is Lucy Ngiraswei, at lucille.ngiraswei@us.af.mil No Later Than (NLT) Wednesday, 03 August 2016. 4. Contact Andrew Bossert at andrew.bossert.1@us.af.mil for a copy of the room layout. 5. Proposals must be submitted in writing via email to Contract Specialist (CS) Andrew Bossert, andrew.bossert.1@us.af.mil, and the Contracting Officer (CO) is Lucy Ngiraswei, lucille.ngiraswei@us.af.mil, NLT 10:00 AM PST Friday, 12 August 2016. The contract will be Firm-Fixed Price (FFP). The CLIN is structure reflected in the "Bldg. 8500 Carpet Proposal Template". The following clauses are incorporated by reference in the final award: 52.202-1 Definitions 52.203-3 Gratuities 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government, Alternate I 52.203-12 Limitations on Payments to Influence Certain Federal Transactions 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 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 Facility 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combat Trafficking in Persons 52.222-54 Employment Eligibility Verification 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.228-5 Insurance - Work on a Government Installation 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-13 Bankruptcy 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003)(Oct 2015) 252.204-7003 Control of Government Personnel Work Product 252.204-7006 Billing Instructions 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.209-7004 Subcontracting with Forms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act & Balance of Payments 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7002 Request for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea The following clauses are incorporated by full text in the final award: 52.212-5 (DEV) Contract Terms and Conditions Required To Implement Statutes or Executive Orders Fill-In Text: (ix): N/A 52.252-2 Clauses Incorporated by Reference Fill-In Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses Fill-In Text: Defense Federal Acquisition Regulation Supplement, Chapter 2 252.211-7003 Item Identification and valuation (Auth. 211.274-6 (a)(1)) Fill-In Text: (c)(1)(i & ii): N/A 252.232-7006 Wide Area Workflow Instructions Fill-In Text: To be provided at the time of award. 5352.201-9101 Ombudsman Fill-In Text: (c): AFICA/ KS SCO, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The following provisions are incorporated by reference in this solicitation: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2016-O0003) (Oct 2015) 252.204-7004, Alt A Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.222-7007 Representation Regarding Combating Trafficking in Persons The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-3, Alt I Offeror Representations and Certifications - Commercial Items, Alternate I 52.252-1 Provisions Incorporated by Reference Fill-In Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions Fill-In Text: Defense Federal Acquisition Regulation Supplement, Chapter 2 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2016-O0003)(OCT 2015) 5352.215-9001 Notice of Pre-Bid / Pre-Proposal Conference (a) A pre-bid/pre-proposal conference will be conducted at the Visitors Center just outside the Main Gate off of HWY 1, Bldg. 17595 California Blvd, Vandenberg AFB, CA 93437 on Tuesday, 02 Aug 2016, at 10:00AM PST for the purpose of answering questions regarding this solicitation and an extensive 2nd site visit. (b) Submit the names, birthdate, driver's license number and issuing state of all attendees to Andrew Bossert at email address: andrew.bossert.1@us.af.mil NLT 10:00 AM PST Friday, 29 Jul 2016. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. (c) Offerors are requested to submit questions to the point of contact noted above NLT 10:00 AM PST Wednesday, 03 Aug 2016. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the conference shall be made and furnished to all prospective bidders/offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. All potential offerors are reminded that compliance with FAR 52.204-7, System for Award Management, is mandatory. Lack of registration in the SAM will make an offeror ineligible for contract award. All proposals should be valid through 30 Sep 2016. Proposals must be sent to the attention of Andrew Bossert at email address: andrew.bossert.1@us.af.mil and to Lucy Ngiraswei at email address: lucille.ngiraswei@us.af.mil No Later Than 10:00 AM PST Friday, 12 August 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/RFP-VAFB-CARPET/listing.html)
 
Place of Performance
Address: Vandenberg Air Force Base, CA, VAFB, California, 93437, United States
Zip Code: 93437
 
Record
SN04199294-W 20160730/160728234349-9b45277fae3435ff244c1e8a1eefc845 (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.