Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2016 FBO #5490
SOLICITATION NOTICE

Z -- Repair Gym Floor - Statement of Work

Notice Date
12/2/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Flight, 171 Alabama Ave, Bldg 7, Laughlin AFB, Texas, 78843-5102, United States
 
ZIP Code
78843-5102
 
Solicitation Number
FA3099-17-Q-0002
 
Archive Date
12/31/2016
 
Point of Contact
Tyler R. Troge, Phone: 8302984872, Jason D. Falkner, Phone: 8302984352
 
E-Mail Address
tyler.troge@us.af.mil, jason.falkner@us.af.mil
(tyler.troge@us.af.mil, jason.falkner@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number "FA3099-17-Q-0002, Repair and Sand Entire Gym Floor" is hereby issued as a Request for Quotation (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. The award shall be made under North American Industry Classification System code 238330 with a small business size standard of $15M. This acquisition is restricted and is hereby solicited as a 100% small business set-aside. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92, effective 18 Nov 2016, the Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice 20161104 effective 04 Nov 2016, and the Air Force Federal Acquisition Regulation Supplement (AFFARS) Acquisition Circular 2016-0603 effective 03 June, 2016. CLIN 0001: Repair approximately 3,840 SF of damaged flooring. Sand the entire 15,480 SF of the gym floor and apply sealant and coats, after wood flooring, padding, and subflooring replacement has been completed in accordance with the attached Statement of Work (SOW) (Attachment 1). Quantity: 1 Lot Total Price: _______________ It is the responsibility of the offeror to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. FAR 52.232-18, AVAILIBILITY OF FUNDS: Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The provision FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2016) and the applicable addendum apply to this acquisition. The addendum references FAR 52.212-1(b)(8) and is hereby tailored as follows: FAR 52.212-1 Addendum SUBMISSION OF COMPLETE QUOTES: All quotes must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Failure to furnish a complete quote, at the time of quote submission, may result in the quote being unacceptable to the Government and eliminated from consideration for award. A complete quote must include the following: • Clause 52.212-3 Alt I - Offeror Representations and Certifications - Commercial Items (Oct 2014) • Clause 52.219-28 - Post-Award Small Business Program Representation (Jul 2013) • Clause 52.222-22 - Previous Contracts and Compliance Reports (Feb 1999) • Clause 52.222-25 - Affirmative Action Compliance (Apr 1984) • Provision 252.225-7000 - Buy American-Balance of Payments Program (Nov 2014) FAR 52.212-2 Evaluation - Commercial Items (Oct 2014) is applicable to this acquisition and the evaluation criteria stated in paragraph (a) of the provision shall be tailored as follows: award will be made to the lowest priced, technically acceptable offer. Paragraph (b) is hereby not applicable to this acquisition. Offerors shall include with their offer a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2016) and Alt I (Oct 2014). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015) applies to this acquisition. The applicable addendum referencing FAR 52.212-4(c) is hereby tailored as follows: FAR 52.212-4(c) Addendum Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. Administrative changes such as paying office, appropriation data, typographical errors, etc., may be changed unilaterally by the Government. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items (Nov 2016), the following clauses are applicable to this acquisition: • FAR 52.222-26, Equal Opportunity (Sep 2016); • FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015); • FAR 52.222-36, Affirmative Action for Workers with Disabilities (July 2014); • FAR 52.222-37, Employment Reports on Veterans (Feb 2016); • FAR 52.222-50, Combating Trafficking in Persons (Mar 2015); In addition to the clauses listed above, the following clauses and provisions are applicable to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2016); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, (Oct 2016); FAR 52.204-13, System for Award Management Maintenance (Oct 2016); FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractor Debarred, Suspended, or Proposed for Debarment, (Oct 2015); FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-41, Service Contract Labor Standards (May 2014); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014); FAR 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (May 2014); FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013); FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); FAR 52.233-1, Disputes (May 2014) FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.247-34, F.O.B. Destination (Nov 1991); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, (Sep 2011); DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7004, System for Award Management Alternate A, (Feb 2014); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jun 2016); DFARS 252.225-7001, Buy American and Balance of Payments Program (Aug 2016); DFARS 252.232-7003, Electronic Submission of Payment Requests (Jun 2012); DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013); DFARS 252.232-7010, Levies on Contract Payments (Dec 2006); DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013); The following clauses are incorporated by Full Text as follows: FAR 52.204-20 - Predecessor of Offeror (Jul 2016) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2016); DFARS 252.225-7000, Buy American-Balance of Payments Program (Nov 2014); The following clauses are incorporated by Full Text and amended as follows: FAR 52.219-28, Post-Award Small Business Program Representation, (Jul 2013) shall include the following information: NAICS Code 238330 assigned to FA3099-17-Q-0002; FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) is amended to include Internet address: http://farsite.hill.af.mil; FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) (http://farsite.hill.af.mil); FAR 52.252-3, Alterations in Solicitation (Apr 1984); Reference: 52.212-1, 52.212-2(b), 52.212-4(a) FAR 52.252-4, Alterations in Contract (Apr 1984); Reference 52.212-4(c) FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) is amended in paragraph (a) to add "Department of Defense Federal Acquisition Regulation Chapter 2"; FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) is amended in paragraph (b) to add "Department of Defense Federal Acquisition Regulation Chapter 2"; DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016); (c)(1)(i) "N/A", (ii) "N/A" AFFARS 5352.201-9101, Ombudsman (Jun 2016) (Mr. David E. Jones, HQ AETC/A7K, 2035 First Street West, Ste 1, Randolph AFB TX 78150-4301, commercial 210-652-7907, FAX 210-652-4652, e-mail address david.jones9@randolph.af.mil.) In Accordance with DFARS 252.232-7006, Electronic Submission of Payment Requests and Receiving Reports (May 2013); Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. This purchase will incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management (SAM) www.sam.gov. The quote format shall match the line items as listed above, with a monthly unit price and total line item price. Include FAR 52.212-3 Alternate I, Offer Representation and Certification with Offer. No telephonic or facsimile responses will be processed. An optional site visit will be offered on 12 Dec 2016 at 1400 (CST). If you will be in attendence for the site visit please contact A1C Tyler Troge at tyler.troge@us.af.mil by 1300 (CST) on 9 Dec 16, providing attendees' names, date of birth, driver's license numbers, and state of issue. All responses must be received no later than Friday, December 16, 2016 at 1200 (CST). Please send quotes to A1C Tyler Troge by e-mail at tyler.troge@us.af.mil and TSgt Jason Falkner at jason.falkner@us.af.mil. If you have any questions please call (830) 298-4872 or send an e-mail to the above address. You may also contact the Contracting Officer, TSgt Jason Falkner at (830) 298-4352, or by e-mail. Attachments: 1. Statement of Work (3 pages)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LaugAFBCS/FA3099-17-Q-0002/listing.html)
 
Place of Performance
Address: Building 362, Laughlin AFB, Texas, 78843, United States
Zip Code: 78843
 
Record
SN04341263-W 20161204/161202233744-b7f44d55fba533b2e3f599e8ed3166e6 (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.