Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

99 -- CARPET AND INSTALLATION

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
442210 — Floor Covering Stores
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-09-T-0430
 
Response Due
9/22/2009
 
Archive Date
11/21/2009
 
Point of Contact
Marc Lopez, 910-907-3128
 
E-Mail Address
ACA, Fort Bragg
(marc.lopez1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W91247-09-T-0430 and the solicitation is issued as a request for quotation (RFQ) (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-36. (iv) This solicitation is total set-aside for small business concerns. The associated NAICS code is 442210, Floor Covering Stores, and the small business size standard is $7M. (v) CLIN 0001: CARPET AND INSTALLATION. Contractor to provide all material and services to carpet and install approximately 11,430 square feet. Carpet specifications are: Size: 24x24 carpet tiles; Fiber: Nylon; Style Type: Loop; Color: TBD. Contractor is responsible for providing floor patching, carpet adhesive, and cove base for this requirement. Contractor is required to remove all furniture and replacing the furniture after installation. Contractor is responsible for the removal and disposal of existing carpet and cove base. (vi) Description of the Requirement: See CLIN 0001 description. (vii) The place of performance is Bldg D-2919, Ardennes Street, Fort Bragg NC. Period of performance is 28 September 2009 to 27 October 2009. (viii) The provision at 52.212-1, Instructions to Offerors Commercial, applies to this solicitation. Paragraph (b) is amended to read: Quotations can be submitted via Regular Mail to: Mission and Installation Contracting Command (MICC), MICC Center Fort Bragg, Attn: Marc Lopez, 2175 Reilly Road Stop A, Fort Bragg NC 28310. Quotations can be submitted via Via UPS or FedEx to: Mission and Installation Contracting Command (MICC), MICC Center Fort Bragg, Attn: Marc Lopez, Bldg 2-1105/C Macomb Street, Fort Bragg NC 28310. Quotations can be submitted via email to: marc.lopez1@us.army.mil (ix) The provision at 52.212-2, Evaluation Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: Lowest price. The contractor certifies that it can meet the period of performance by submitting a quotation. (x) The provision at 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this solicitation. The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: (5), (15), (16), (18-20), (24) and (34); paragraph c: (1), (2). (xiii) The following clauses also apply to this acquisition: 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports with an addendum (as follows): Wide Area Workflow: All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Type of Document is either Combo for Supplies & Construction or 2-in-1 for Services. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line items (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. The following codes will be required to route your receiving reports, invoices and additional e-mails correctly through WAWF. Contractors the information below will be prefilled for you. Please verify that contract number and delivery order number are correct for the contract you will be invoicing for through WAWF: Contract number: TBD after award; Delivery Order Number: N/A; Type of document: Combo Invoice / Receiving Report; CAGE code: TBD after award; Issue by DODDAC: W91247; Admin DODDAC: W91247; Service acceptor/ship to: TBD after award; Local processing office: N/A; Pay office DODDAC: TBD after award; Person completing the receiving report name and email address: TBD after award (End of Addendum); DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 252.225-7000, Buy American Act--Balance of Payments Program Certificate; 5152.209-4000, DODLevel I Antiterrorism (AT) Standards (FEB 2009) which reads: (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause); Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. (xiv) The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv) Submission of quotes shall be submitted as per paragraph (viii) by Friday, 25 September 2009, 2:00 PM local time. (xvi) An organized site visit will be held 22 September 2009 at 10:00 a.m. All interested parties are to meet at the front entrance to Bldg D-2919, Ardennes Street, Fort Bragg NC. Point of contact for information regarding this solicitation is Mr. Marc A. Lopez, 910-907-3128 or marc.lopez1@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK07/W91247-09-T-0430/listing.html)
 
Place of Performance
Address: Fort Bragg Bldg D-2919 Ardennes Street Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN01959487-W 20090919/090918000723-f6b1f3fc98cb7ff88a5a9271844438dc (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.