Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

S -- Building 168 CDC Annex Flooring - Supporting Docs

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 5 CONS, 165 Missile Avenue, Minot AFB, North Dakota, 58705-5027, United States
 
ZIP Code
58705-5027
 
Solicitation Number
FA4528-18-Q-4050
 
Archive Date
8/15/2018
 
Point of Contact
William J. Tucker, Phone: 7017234174, Trenton M. High, Phone: 7237674
 
E-Mail Address
william.tucker.22@us.af.mil, trenton.high.1@us.af.mil
(william.tucker.22@us.af.mil, trenton.high.1@us.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Wage Determinatin Project Sheet SOW Combo 1) This is a combined synopsis/solicitation for commercial items 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; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, Defense Procurement Notice 20180629, and Air Force Acquisition Circular 2018-0525. 3) The Product Service Code is S214 - Carpet Laying and Cleaning; the NAICS is 238330 - Flooring Contractors. The Small Business Size Standard for this NAICS code is $15 million. This solicitation is being set aside for Women Owned Small Businesses (WOSB). NOTE: Measurements are provided as estimates only. Contractor is responsible for ensuring accurate measures prior to submitting quote. * PRICES FOR PATCHING, FLOOR PREPARATION, AND ADDITIONAL EXPENSES NOT LISTED MUST BE FACTORED INTO THE AVAILABLE LINE ITEMS LISTED BELOW * Item Description Unit Qty. Unit Price Total 1 Flooring Installation IAW Attachment 1 SOW Job 1 TOTAL List of Attachments Attachment 1, SOW Bldg 168 CDC Annex Attachment 2, Project Sheet Bldg 168 CDC Annex Attachment 3, Wage Determination Attachement 4, Floorplan Blg 168 CDC Annex 1) Delivery shall be F.O.B. Destination to: 5 CES/CEOE Attn: Ryan Brugman/701-723-4841 Bldg. 445 Peacekeeper Place Minot AFB, ND 58705 Period of Performance: 13 AUG 18 - 31 AUG 18 or ___________ (Contractor must specify a date if this timeline is not feasible) 2) Quotes must be submitted by 31 July 2018, 10:00 A.M. CST. Quotes mAY be electronically submitted via email to the following points of contact. Failure to send to both points of contract will preclude the chances of receiving the award. Primary: SSgt William Tucker - william.tucker@us.af.mil Alternate: SrA Dakota Asselyn - dakota.asselyn@us.af.mil 3) A site visit will be held 25 July 2018 at 09:00 AM CST. Offerors are strongly encouraged to attend before submitting a quote. We will be meeting at Bldg.165 on Minot AFB. If planning to attend, offerors must notify SSgt Tucker at (701) 723-1228 or william.tucker.22@us.af.mil by 23 July 2018 to process the gate access and escort to schedule the site visit. 4) For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, Scott Stauffer at scott.stauffer@us.af.mil. Minot AFB Identification Requirements. For either the site visit, delivery of commodities, or submission of proposals, all personnel requesting access to Minot Air Force Base must possess a valid State or Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation includes a valid U.S. or foreign government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal state or local government agencies that include a photo and biographic information. Additional information to include a full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/current-status-states-territories. Personnel requesting vehicle access to Minot Air Force Base must provide a valid driver's license (compliant with REAL ID Act), current vehicle registration, and insurance. The following Clauses and provisions applies to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value acquisition in which 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, considering price and other factors. The Government intends to make award to the offeror with the best value to the Government. The following listed evaluation factor shall be used in the evaluation process: 1. Price (End of Provision) The following FAR clauses applies to this acquisition: FAR 52.204-7 System for Awards Management FAR 52.204-13 Systems for Award Management Maintenance FAR 52.204-9 Personal identification of Contract Personnel FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.211-6 Brand Name of Equal 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. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.209-6 Protecting Government's Interest FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.219-30 Notice of Set-Asisde for WOSB Concerns Eligible under WOSB Program FAR 52.222-41 Service Contract Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires Employee Class Monetary Wage -- Fringe Benefits 23140 Carpet Layer $22.19 +36.25% FAR 52.223-3 Hazardous Material Identification and Material Safety Data FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer FAR 52.232-18 Availability of Funds FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34 F.O.B Destination FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.252-1 Solicitation Provisions Incorporated by Reference The following DFARS clauses and provisions cited are applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7002 Requirement to inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials DFARS 252.204-7003 Control of Government Work Product DFARS 252.204-7004 Alt A System for Award Management DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Disclosure of information to litigation Support Contractors DFARS 209-7998 Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law DFARS 209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law DFARS 252.232-7003 Electronic Submission of Payments DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments The following AFFARS clauses cited are applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances AFFARS 5352.223-9001 Health and Safety on Government Installations AFFARS 5352.242-9000 Contractor Access to Air Force Installations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/49e07f19f9b6a14a3ccc694177634d10)
 
Place of Performance
Address: Minot AFB, ND, Minot AFB, North Dakota, United States
 
Record
SN04996931-W 20180720/180718230957-49e07f19f9b6a14a3ccc694177634d10 (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.