SOLICITATION NOTICE
72 -- Replace Carpet, Bldg 5160 - Package #1
- Notice Date
- 8/24/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314110
— Carpet and Rug Mills
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
- ZIP Code
- 78150-4525
- Solicitation Number
- F2M3L75181AW01
- Archive Date
- 9/18/2015
- Point of Contact
- Richard Bush, Phone: 210-652-8846, Radames Gandia, Phone: 210-652-8879
- E-Mail Address
-
richard.bush.3@us.af.mil, radames.gandia@us.af.mil
(richard.bush.3@us.af.mil, radames.gandia@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation Attachment 5, Carpet Specifications Attachment 4, Installation Access Spreadsheet Attachment 3, Performance Work Statement Attachment 2, Schedule of Supplies Attachment 1, Clauses and Provisions 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. 1. Solicitation number is F2M3L75181AW01 Replace Carpet, Bldg. 5160 issued as a Request for Quotation (RFQ). 2. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-83 and DFARS Change Notice 20150626. 3. This acquisition is a 100% Total Small Business Set Aside acquisition in accordance with FAR subpart 12.603. The associated NAICS is 314110; size standard is 500 employees. 4. Requirement is for the removal of existing carpet, purchase and installation of carpet, base boards, and transitions. Carpet will be replaced with Shaw Philadelphia, "Open Spaces Collection", #00402, Mystical Azure or equal; These capet tiles are to be 24"square. Base board colors are to be determined in writing by the customer, based on the carpet selection. Approved equal will be considered provided that it matches the above choices in appearance and technical specifications with proposed material cut sheets provided to the Contracting Officer for approval. Specific requirements are listed in the Performance Work Statement, Attachment 3. There will be a site visit on 28 August 2015 at 1300 CST. The site visit will take place at Joint Base San Antonio-Lackland, Texas. Please confirm attendance by completing the attached Installation Access Sheet and sending it by email to richard.bush.3@us.af.mil no later than 1200 on 26 August 2015. Attendance is strongly recommended as pertinent information is exchanged during a site visit and minutes will not be posted. 5. Delivery will be made to Bldg. 5160, Joint Base San Antonio-Lackland, and Texas 78236. 6. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. 7. The Government will award a firm fixed price contract resulting from this RFQ for the removal, purchase and install of carpet listed in the Schedule of Supplies. The Government will award a contract resulting from this solicitation to the responsible offeror whose conforming offer is the lowest among all proposals that were deemed to be technically acceptable. Lowest Price Technically Acceptable Award will be made to the offeror whose proposed product meets the Government's requirement, delivery date, and offers the lowest price. ADDENDUM TO FAR 52.212-2 Reference FAR 52.212-2, paragraph (a) is hereby tailored as follows: a. Price (Price Proposal). Contractors are required to complete the attached Schedule of Supplies/Services (Reference Attach. 2). b. Conformance to the Schedule of Supplies/Services. The proposal shall demonstrate the ability to deliver the required product. The brand name of the product being proposed must be included as part of the proposal to ensure the product meets the government specifications at Attach. 2. Offeror shall provide sufficient information and detail, i.e. brand name, part number, etc. that demonstrates the product(s) offered meets the specifications in this solicitation. 9. Offeror(s) is(are) required to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. 10. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and also Addendum to FAR 52.212-4. 11. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation), all FAR clauses cited in the clause are applicable to the acquisition. 12. NOTICE TO OFFERORS: The Government reserves the right to cancel this solicitation either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse any offeror for any costs. 13. Defense Priorities and Allocations System: NA 14. Responses to this notice shall be provided in writing via e-mail to: TSgt Richard Bush at richard.bush.3@us.af.mil and copied to Mr. Radames Gandia, at radames.gandia@us.af.mil. All responses shall be received NLT 12:00 PM Central Standard Time on 3 September 2015. Email is the preferred method. CONTRACT SPECIALIST: TSgt Richard Bush 502 CONS/JBKCA 210-652-8846 richard.bush.3@us.af.mil CONTRACTING OFFICER: Mr. Radames Gandia 502 CONS/JBKCA 210-652-8879 radames.gandia@us.af.mil Attachments 1. Applicable Clauses and Provisions 2. Schedule of Supplies/Services 3. Performance Work Statement 4. Installation Access spreadsheet 5. 09 68 00 Carpet specification
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F2M3L75181AW01/listing.html)
- Place of Performance
- Address: Bldg. 5160, Selfridge Avenue, Joint Base San Antonio-Lackland, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN03853038-W 20150826/150825000007-f04a15b31348383a7c492d070ae38aee (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 |