Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2006 FBO #1752
SOLICITATION NOTICE

72 -- Removable Flooring and Mezzanine Track

Notice Date
9/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
326192 — Resilient Floor Covering Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
 
ZIP Code
83648-5296
 
Solicitation Number
F3F3JF6223A100
 
Response Due
9/18/2006
 
Archive Date
10/3/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) Request for Quote (RFQ) PR # F3F3JF6200A001 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and through Department of Defense Acquisition Regulation Change Notice 20060908. It is the contractor???s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 326192; Small Business Size Standard: 750. (v) CLIN (0001) Removable Multi-purpose flooring for sporting annex Removable Mulit-purpose flooring measuring 108???x145???=15660 sq ft. The floor will consist of two sections an inner court comprising a combination basketball volleyball court and an outer court comprising a running track. The individual squares for the inner court should be 18???x18???. They will have a wood grain look to them and have at least a 2mm rubber underlayment for acoustic/cushion. It will be lined for regulation basketball and volleyball. The court will extend three feet beyond the lines painted for the basketball court. The outer part of the floor will consist of an air force blue color tile made of carpet or rubber to allow for support and traction while running and will be painted with corresponding lines for a 3 lane track. The vendor will also provide an individual to oversee and train individuals on installation of the flooring. (0002) Fixed flooring for upper mezzanine running track Fixed running track on mezzanine is to be made of a permanent product to allow for appropriate traction, cushion to allow for support. The colour should be air force blue to match the downstairs running track. The size of the upstairs running track is 5076sq/ft and will be installed soley by the vendor. This requirement is currently UNFUNDED. The government does not presently intend to award a contract, but does want to obtain information in the event that funding is obtained. The government may or may not award a contract for some or all of the items in this request (vi) FOB-Destination for delivery to: Richard Holmes Aardvark Ave Bldg 2371 Mountain Home AFB 83648. Delivery NLT 15 October 2006. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum are included. (ix) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.???Destination; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Quailifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests-; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: david.glowaacki@langley.af.mil** (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item. (xi) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items. (xii) The provision at FAR 52.212-1 Instructions to Offerors???Commercial Items, applies to this acquisition. (xiii) The clause at FAR 52.212-3 Offeror Representations and Certifications ??? Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xiv) Quotes must be emailed to (Mark.barber@mountainhome.af.mil), or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, 15September 2006
 
Place of Performance
Address: 366 GUNFIGHTER AVE SUITE 498, PO BOX 4037, MHAFB,ID
Zip Code: 83648-4057
Country: UNITED STATES
 
Record
SN01139492-W 20060913/060911220649 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.