Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

72 -- Bldg 1768 REPLACE FLOORING - Performance Work Statement

Notice Date
9/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321918 — Other Millwork (including Flooring)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
VAFB_B1768_REPLACE_FLOORING
 
Archive Date
9/30/2017
 
Point of Contact
Mary L. Avants, Phone: 8056062515, David J. King, Phone: 8056062181
 
E-Mail Address
mary.avants@us.af.mil, david.king.34@us.af.mil
(mary.avants@us.af.mil, david.king.34@us.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
30 CONS RFQ Template Building 1768 Facility Drawing Revised Performance Work Statement, dated 30 Aug 2017 This is a combined synopsis/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 separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) PR# F4D3D97110AG01. Submit written offers IAW CLIN structure outlined in announcement. A quote template sheet has been provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provides and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARS DPN 20161222. North American Industrial Classification Standard (NAICS) 321918, Other Millwork (Including Flooring) and Size Standard of 500 Employees apply to this procurement. This acquisition is being conducted as a 100% Women-Owned Small Business Set-Aside IAW FAR 19.1507 Purchase Request #: F4D3D97110AG01 Project Title: Replace Flooring in offices and hallways, Building 1768 1. The Performance Work Statement and the Facility Drawing may be used to assist with proposal preparation and are Attachments 1 and 2. 2. Quotes should conform to the CLIN structure as established in the RFQ Template, Attachment 3. 3. Special Note: Please see Notice to Contractors on RFQ Template regarding Movement of Office and Breakroom Furniture 4. Quotes shall be valid through 9/30/2017. 5. Please see attached documents for detailed description of requirements. 6. Quotes must be sent to Contract Specialist mary.avants@us.af.mil no later than 15 Sep 2017, 1200 PM (PST). The contract will be Firm Fixed Price with the CLIN structure reflected below. The period of performance to be determined from date of award. The following clauses are incorporated by reference in the final award: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-10 Prohibition on Contracting With Inverted Domestic Corporation 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-30 Notice of Set-Aside for Women-owned Small Business Concerns 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation With Authorities and Remedies 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combat Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-15 Stop-Work Order 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7006 Billing Instructions 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.225-7001 Buy American Act & Balance of Payments 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea The following clauses are incorporated by full text in the final award: 52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Fill-in text: (xii) X (A) N/A (B) 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses (b) Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Fill-in Text: (b): When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration and a valid vehicle insurance certificate to obtain a vehicle pass. If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-statusstates-territories (c): AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management The following provisions are incorporated by reference in this solicitation: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items Fill-in Text: (a): Lowest Price Technically Acceptable 52.212-3, Alt I Offerors Representations & Certifications - Commercial Items 52.252-1 Solicitation Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2016 Appropriations (Deviation 2016-O0002) (Oct 2015) Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/VAFB_B1768_REPLACE_FLOORING/listing.html)
 
Place of Performance
Address: Building 1768, Vandenberg AFB CA 93437, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN04672725-W 20170914/170912231812-318e57eabe63089ac198b3615b8d1596 (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  © 1994-2020, Loren Data Corp.