Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOLICITATION NOTICE

Z -- Replace Carpet, Tile and Cove Base - Statement of Work

Notice Date
3/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3E38345A001
 
Archive Date
5/1/2009
 
Point of Contact
Joseph Varney,, Phone: 843-963-5163, Joshua C. Brock,, Phone: 843-963-5197
 
E-Mail Address
joseph.varney@charleston.af.mil, joshua.brock@charleston.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Floor Plan Statement of Work COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (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. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E38345A001 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 2005-06 (iv) This acquisition is 100% set-aside for service-disabled veteran owned small businesses. The associated NAICS code is 238330 with an $14 million size standard. (v) Contractors shall submit a lump sum quote for removal of existing carpet (approximately 950 sq yards), vinyl floor tile (approximately 400 sq feet of VCT), and cove base (approximately 2400 linear feet) in Bldg 108 in accordance with attached statement of work and floor plans.. The contractor shall supply an extra 5 boxes of carpet tile for attic stock. The removed carpet, tile and cove base becomes the property of the contractor and shall be disposed of properly off of Charleston Air Force Base Brand name or equal items are acceptable. A site visit will be conducted on 9 April 2009 at 10:00AM at building 108 on Charleston Air Force Base, SC. (Note: site visit is not mandatory but highly recommended; IAW FAR 5.207(6)(xv), must also include: All responsible sources may submit a quotation, which shall be considered. (vi) Delivery of this acquisition is FOB destination. (vii) Delivery and installation of items must be completed NLT than 45-60 days after award. (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 form 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:. 1. Price- The Government will evaluate offers for award purposes or the total price for the requirement. 2. Past Performance- Offerors shall provide 3-5 references of your most recent projects. Price, and past performance factors, when combined, are equal. *If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) FAR 52.212-4 Contract Terms and Condition-Commercial Items; • (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; 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 Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 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. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.211-6, Brand Name or Equal • FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable) • FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # WD 05-2473 (Rev.-6) • FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Note: for use when SCA applies. Insert Federal Wage description and wage rate) • 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • Unless exempt pursuant to 23.204, insert the clause at 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR® Program or FEMP will be-(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally-controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.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 DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System (N/A) (xv) Statement regarding numbered notes. (N/A) (xvi) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 16 April 2009 no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E38345A001. (xvii) Address questions to Technical Sergeant Joe Varney, Contract Specialist, at (843) 963-5165, fax (843) 963-5183, email joseph.varney@charleston.af.mil or 1st Lt Joshua Brock, phone (843) 963-5197, email joshua.brock@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5750834306d390a3479788d0ebadc3ab&tab=core&_cview=1)
 
Place of Performance
Address: Charleston Air Force Base, SC, Charleston Air Force Base, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN01779527-W 20090329/090327215507-5750834306d390a3479788d0ebadc3ab (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.