Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2011 FBO #3562
SOLICITATION NOTICE

Z -- Carpet Install for AFSFC - Performance Work Statement - Bid Schedule - Brand Name Letter

Notice Date
8/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314110 — Carpet and Rug Mills
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802D Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
11TC686AFSFC
 
Archive Date
9/22/2011
 
Point of Contact
Jessica Lanuto, Phone: 2102959123, Audra L. Novatnak, Phone: 210-925-9125
 
E-Mail Address
jessica.lanuto@us.af.mil, audra.novatnak.1@us.af.mil
(jessica.lanuto@us.af.mil, audra.novatnak.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Request for Tandus Applause II modular carpet. Bid Schedule to assist with proposal. Performance Work Statement This is a combined synopsis and solicitation for commercial items prepared 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; quotes are being requested and a formal written solicitation will not be issued. This procurement is being issued as 100% small business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53 released 20110804 and DFARS Change Notice 20110819. The North American Industry Classification System (NAICS) code is 314110 and the size standard is 500 employees. The small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. REQUIREMENTS: The Air Force has a requirement to remove the existing carpet and pad in 32 rooms and install new carpet and padding in the 32 rooms in building 954, 1517 Billy Mitchell Blvd, Lackland AFB, TX 78236. Contractor is responsible for repair/replacement of damaged baseboard trim during the removal/installation process. Baseboard trim repaired/replaced will be of the same design and color as the existing baseboard trim (gray, rubber, 4"). This requirement is a brand name request for Tandus Applause II modular carpet tiles. QUOTE REQUIREMENTS: Quotes must be submitted on an all or none basis. FOB: Destination. For delivery and installation at building 954 at 1517 Billy Mitchell Blvd, Lackland AFB, TX 78236. The government will award a purchase order from this solicitation to the lowest priced, technically acceptable, responsible offeror. To be technically acceptable, the items being offered must meet the description listed under each item below. SITE VISIT: A site visit to view the flooring area will be held 2 Sep 11 at 9:00 AM CST at building 954, 1517 Billy Mitchell Blvd, Lackland AFB, TX 78236. Interested vendors requiring a pass shall e-mail no later than 4:00 PM CST on 31 Aug 11 to jessica.lanuto@us.af.mil the names of individuals who will attend, the company they will represent, their date of birth, and drivers license number with state. Vendors requiring a pass will need to allow time to obtain the pass and meet at the Bldg 954 at 9:00 sharp. Directions to the location can be obtained by calling SFC Lanuto at 21-925-9123. The following provisions apply to this solicitation. They can be found at http://farsite.hill.af.mil. FAR 52.212-1 - Instructions to Offerors - Commercial Items 52.252-5, Authorized Deviations in Provisions. (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.212-2, Evaluation of Commercial Items. Award will be made from the lowest priced technically acceptable evaluation process. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response; 52.212-3, Offeror Reps and Certs - Commercial Items; 52.222-41, Service Contract Act of 1965; 52.225-1, Buy American Act-Supplies; 52.237-1, Site Visit; and 52.237-2, Protection of Government Buildings, Equipment and Vegetation. Offers submitted orally will not be accepted. Offers must include discount terms, delivery/installation date, tax identification number, cage code, and DUNS number. To be eligible to receive an award resulting from this solicitation, offerors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please apply via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Offerors must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/. The Government will treat proposals received after the deadline as late in accordance with FAR 52.212-1(f).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/11TC686AFSFC/listing.html)
 
Place of Performance
Address: Building 954, 1517 Billy Mitchell Blvd, Lackland Air Force Base, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02547058-W 20110826/110824235444-2bdc6d2b92daae693751c4bb8513a6a2 (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.