Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2015 FBO #5003
SOLICITATION NOTICE

Z -- Floor Sealant - Attachments

Notice Date
8/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-15-T-0202
 
Point of Contact
Jillian Kovacs, Phone: 9375224501
 
E-Mail Address
jillian.kovacs@us.af.mil
(jillian.kovacs@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR 52.212-3 DFARS 252.209-7992 CLINS, Provisions and Clauses This is a combined synopsis/solicitation ("solicitation" hereafter), which is expected to result in award of a firm-fixed- price contract for commercial items, i.e. Floor Sealant, as described under the paragraph below titled "Requirement." The solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopsitation; (2) that receives a rating of "Acceptable" on the Technical Capability evaluation factor; and (3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received. Synopsitation Number : FA8601-15-T-0202 NAICS Code: 238330 Small Business Size Standard: $15,000,000.00 This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-78, effective 26 Dec 14; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice DPN 20141216, effective 16 Dec 2014; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2014-1001, effective 01 Oct 14. Synopsitation Closing Date: Proposals must be received not later than 1:00 pm Local (Wright-Patterson AFB) Time, Monday, August 17, 2015. Submit electronic proposals via Jillian Kovacs to: jillian.kovacs@us.af.mil. Any correspondence sent via e-mail must contain the subject line "Solicitation FA8601-15-T-0202." The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Address questions regarding this solicitation to either Jillian Kovacs telephonically at (937) 522-4587 or via e-mail at jillian.kovacs@us.af.mil. Requirement: • Strip and seal all Ceramic and Vinyl Covered Tile (VCT) floors in the following buildings: § B641 Floor Square Footage Location Type of Flooring 1 535 Two restrooms and one shower room Ceramic Tile 1 2480 Common areas and under stairwells Ceramic Tile 1 2650 Corridors Vinyl Covered Tile 2 490 Two restrooms Ceramic Tile 2 1155 Lobby areas Ceramic Tile 2 4600 Corridors Vinyl Covered Tile 3 470 Two restrooms Ceramic Tile 3 1312 Common areas Vinyl Covered Tile § B643 Floor Square Footage Location Type of Flooring 1 685 Two restrooms Ceramic Tile 2 685 Two restrooms Ceramic Tile 2 230 Connector Vinyl Covered Tile 3 685 Two restrooms Ceramic Tile B644 Floor Square Footage Location Type of Flooring 1 4180 Two restrooms and corridors Vinyl Covered Tile 1 3507 Lab Rooms: L101, 101A, 101C, L139, L141, L143 Vinyl Covered Tile • Sealant is to withstand at least 5 years of high traffic and have minimal maintenance requirements such as wek and/or dry mopping to maintain a high-gloss sheen. • Must be able to work nights starting no earlier than 1600 Monday- Friday and/or weekends. • Furnish all necessary supplies and labor to complete the stripping and application of finish as described below: § Application for Vinyl Covered Tile: Existing acrylic wax finishes must be completely stripped prior to application of a low maintenance, ultra-durable finish. The finish must be a water based aliphatic urethane or an approved equivalent. The floor finish must have a dry time of no more than 4 hours. The finish must have a gloss meter reading of at least 90 on a 60 degree gloss meter. It must require no buffing, no burnishing or strippiling. However, stripping of the finish must be possible. A screening of the floor and a fresh top coat must be all that is necessary for a reapplication, thus reducing the environmental impact. § Application for Tile and Grout Floors: the existing tile and grout must be thoroughly cleaned and any existing finish removed. Missing grout must be repaired. A polymer coating must be applied to the grout surface to restore the color and water based aliphatic urethane or an approved equivalent topcoat must be applied. The system must be resistant to body fluids such as urine, vomit, etc. A slip resistant solution for shower floors must be applied. All floors with be compared to those in Building B640 for resilience and shine. Period of Performance: 30 September 2015- 29 December 2015 Delivery Destination: Air Force Institute of Technology POC: Daniel Rohrbach 2950 Hobson Way Bldg 640 Wright Patterson AFB, OH 45433-7142 (937)255-3636 FOB: Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Provisions and Clauses: The attached provisions and clauses for the acquisition of commercial items are incorporated into the RFP. If the offeror has completed the FAR 52.212-3 provision online, the offeror shall only complete paragraph (b) of this provision with its quote. FAR 52.212-3 Paragraph (b) is attached. If the offeror has not completed the DFARS 252.209-7992 provision online, the offeror shall complete and return a copy of the provision with its quote. DFARS 252.209-7992 is attached. If the offeror has not completed the DFARS 252.225-7000 provision online, the offeror shall complete and return a copy of the provision with its quote. DFARS 252.225-7000 is attached. Consent to RFP Terms and Conditions: Submission of proposals in response to this RFP constitutes agreement by the offeror to all terms and conditions contained in this announcement and the attached solicitation document, which will be incorporated into the resulting contract. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. Attachments: 1. CLINS, Provisions and Clauses 2. DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations 3. FAR 52.212-3, Paragraph (b),Offerror Representations and Certifications-Commercial Items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-T-0202/listing.html)
 
Place of Performance
Address: Air Force Institute of Technology (AFIT), 2950 Hobson Way Bldg 640, Wright Patterson, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03821719-W 20150805/150803235734-b70c8b4fcd9ac2dc852f59c52e278cc5 (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.