Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2011 FBO #3464
SOLICITATION NOTICE

72 -- REMOVE AND REPLACE CARPET - Statement of Work

Notice Date
5/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
442210 — Floor Covering Stores
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4803-11-Q-B011
 
Archive Date
7/5/2011
 
Point of Contact
Theresa L. Green, Phone: 8038955353
 
E-Mail Address
theresa.green@shaw.af.mil
(theresa.green@shaw.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Statement of Work 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 being requested and a written solicitation will not be issued. This solicitation will be evaluated and awarded per the prescribed procedures of FAR Part 13, Simplified Acquisition Procedures. The solicitation number for this procurement is FA4803-11-Q-B011 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-50, 20110516, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110518 and Air Force Acquisition Circular (AFAC) 2011-0421. The North American Industry Classification System code for this acquisition is 442210, with a Small Business Size Standard of $14M. This acquisition is a 100% Service Disabled Veteran Owned Small Business Set-Aside. This is a Firm Fixed Price procurement and will be procured using commercial item procedures and award will be based on price. The contractor shall furnish the following name brand or equal at Shaw AFB, South Carolina: 0001 - REMOVE AND REPLACE 8038 SF OF CARPET AND 1836 LF OF 6" CARPET COVEBASE IN BLDG 1130 (ROOMS B22, B23, B24, B29, B31, B33, B34, B35, 131, 134 & 135) CARPET TO BE PURCHASED AND INSTALLED SHALL BE TANDUS EXPECT INNOVATINS, ER3 MODULAR TILE PEEL AND STICK WITH RECYCLED BACK; STYLE 01957 CRAYON, COLOR 48010 PRECIOUS METAL, TEXTURED LOOP PATTERN, DYE METHOD 60% SOLUTION DYED NYLON / 40% YARN DYED, GAUGE 1/13, 8.2 PILE UNITS PER INCH, TUFT DENSITY FACTOR 7,624 OZ/CU YD, FIBER SYSTEM DYNEX SD, DYNEX BCF NYLON, AND SOIL/STAIN PROTECTION ENSURE. PRODUCT SIZE IS 18" X 18", PRIMARY TUFTING SUBSTRATE SYNTHETIC NON-WOVEN, ER3 BACKING 100% RECYCLED CONTENT, BACKING DENSITY MINIMUM 65.0 LBS/CU FT, TRU BLOCK HIGH DENSITY POLYMERIC BARRIER SYSTEM, RS ADHESIVE SYSTEM MICROENCAPSULATED TACKIFIER APPLIED DURING MANUFACTURING AND TOTAL PRODUCT WEIGHT RS 130.2 (1290 OZ/SQ YD =/-5% AS MANUFACTURED BY C&A OR EQUAL. COVEBASE WILL BE THE SAME AS THE CARPET, TANDUS EXPECT INNOVATIONS, ER3 MODULAR TILE STYLE, 01957 CRAYON, COLOR 48010 PRECIOUS METAL, MINUS THE RECYCLING BACKING. IT COMES WITH TWO PEEL AND STICK STRIPS or equal. The RFQ's submitted shall contain the following information: RFQ number, time specified for receipt of offers, name, address, telephone number of offeror, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quote shall also contain all other documentation specified herein. Include shipping charges if applicable. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. This is a BRAND NAME OR EQUAL acquisition. For those offerors of an EQUAL product, include in your offer descriptive literature such as illustrations, drawings, specifications or a clear reference of information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. All interested and qualified small business sources are encouraged to submit a quotation, which shall be considered by the agency. Period of Acceptance for Offerors: The offeror agrees to hold its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008). Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government. 52.212-2, Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from 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: Price A mandatory site visit will be held on Thursday, 26 May 2011 @ 2:00pm EST. Please call or email to confirm attendance. If you require for base entry please meet at the Main (front) Gate off of Hwy 378 NLT 1:30pm EST. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. The following provisions and clauses are hereby incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications -Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items paragraphs (a) (b) (5)(i) (14) (15) (16) (17) (18) (19) (20) (21) (22) (23) (26) (28) (29) (35) (36); FAR 52.211-6 Brand Name or Equal (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;(2) Clearly identify the item by-(i) Brand name, if any; and(ii) Make or model number;(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.; FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program (JUN 2005) (Alternate I) (JAN 2005) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). 5352.201-9101 Ombudsman - ACC Ombudsman follows: Mr. Eric Thaxton, 129 Andrews Street, Langley AFB VA 23665-2769, Phone: (757) 764-5371 FAX: (757) 764-4400, Email: eric.thaxton@langley.af.mil. All quotes shall be marked with the Request for Quotation Number, Date and Time. Only Facsimile and electronic mail quotes will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Quotations may be submitted via fax to (803)-895-5338 to the attention of TSgt Theresa L. Green, (803)-895-5353 or by e-mail to theresa.green@shaw.af.mil. Quotations are to be received no later than 2:00pm EST, 20 June 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA4803-11-Q-B011/listing.html)
 
Place of Performance
Address: SHAW AFB, SHAW AFB, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN02450993-W 20110520/110518234703-21b55b747fba600e1487a9aad52b6df0 (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.