Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 29, 2021 SAM #7089
SOLICITATION NOTICE

72 -- Carpet Replacement for Moody AFB Fire Station, Building 621

Notice Date
4/27/2021 11:14:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
FA4830 23 CONS CC MOODY AFB GA 31699-1700 USA
 
ZIP Code
31699-1700
 
Solicitation Number
FA4830-21-Q-0008
 
Response Due
5/20/2021 2:00:00 PM
 
Archive Date
06/04/2021
 
Point of Contact
Kalyn L. Runey, Phone: 229-257-2811, Samuel D. Garfunkel, Phone: 229-257-3947
 
E-Mail Address
kalyn.runey@us.af.mil, samuel.garfunkel.1@us.af.mil
(kalyn.runey@us.af.mil, samuel.garfunkel.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
��IAW FAR 52.232-18 Availability of Funds - This acquisition is subject to the availability of funds. Funds are not currently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract.� 1.� 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; submissions are being requested and a written solicitation will not be issued. 2.� The Solicitation Number is:� ����FA483021Q0008 3.� The solicitation document and incorporated provisions and clauses are those in effect through the following: � � � � � � �Federal Acquisition Circular (FAC):� 2021-05, 10 March 2021 � � � � � � �DFARS Publication Notice (DPN):� 20190430, 30 April 2019 � � � � � � �Air Force Federal Acquisition Circular (AFAC):� 2019-1001, 11 February 2021 4.� NAICS Code:� 238330������� � � �Size Standard:� $15.0M� � � �The corresponding index entry is:� Flooring Installation.�� � � �This is a(n)��100% Small Business Set-Aside.� 5.� Please see attached pricing schedule for a list of contract line item number(s) and items, quantities and units of measure (including option(s), if applicable).� Contractors must fill out all information located in the �Line Item� column and provide with their quote to be considered for award. 6.� Description of the Requirement:� The contractor shall accomplish the removal of existing and installation of new flooring within building 621 located at Moody AFB, GA IAW the attached Statement of Work. Successful offeror shall complete work within 150 days after receipt of order (ARO). 7.� Period of Performance or Delivery Date can be found on the Pricing Schedule.� 8.� The FOB Point is:� Destination � � �Place of Performance/Delivery Address: � � �23 CES/CEF � � �Building 621 � � �8169 Apron Rd. � � �Moody AFB, GA 31699 9.� FAR 52.212-1 Instructions to Offerors � Commercial Items (January 2017), is hereby incorporated by reference with the same force and effect as if it were given in a full text.� In addition to any addendum provided via attachment to this Solicitation, all terms and conditions of FAR 52-212.1 remain in effect. 10.� FAR 52.212-2 Evaluation � Commercial Items (October 2014), will be used to evaluate quotes received. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (Lowest Price Technically Acceptable or Price Trade-Off) � � �(1) Price � � �(2) Technical Acceptability � � � � � (a) In order for this quote to be considered �Technically Acceptable� it must meet: � � � � � � � �(i) � See Statement of Work The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it�s determined to be in the best interests of the Government. 11.� Each offeror shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (November 2017) are updated at www.sam.gov.� Failure to obtain SAM registration MAY result in submissions not being considered for award. 12.� The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (January 2017), is hereby incorporated by reference with the same force and effect as if it were given in full text. 13.� The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (July 2018) is hereby incorporated by reference with the same force and effect as if it were given in full text.� All provisions and clauses can be found in the attachments. 14.� If any warranties are required beyond those customarily provided on a procurement of this nature, they will be specifically mentioned in the Pricing Schedule located within the attachments. 15.� Defense Priorities and Allocations System (DPAS):� N/A 16.� Questions are due by:� Monday, 10 May 2021 at 5:00 PM EST. 17.� Offers are due by:� Thursday, 20 May 2021 at 5:00 PM EST.� **ALL QUOTES SHOULD BE SENT VIA EMAIL TO MRS. KALYN RUNEY AT kalyn.runey@us.af.mil.** 18.� A site visit will be held on Friday, 7 May 2021 at 1:00 PM EST in Building 621, located on Moody Air Force Base. While attendance is not mandatory, it is highly recommended. � � �Please arrive at the Moody Air Force Base Visitor's Center no later than 12:30 PM EST for check-in (required for all contractors� � � � �prior to entering the base). We will depart from the Visitor's Center Building 621 after check-in. �Please plan accordingly. �Base� � � � �map is attached. � � �Please complete the attached base pass request form and email it to Kalyn.Runey@us.af.mil no later than Tuesday, 04 May� � � � � � �2021, by 5:00 PM EST. **You will not have access to the site visit unless this form is received by this date/time.** 19.� The POC for this solicitation is listed below.� All responses, questions, and submissions shall be sent to the designee listed below: POC Name:� Kalyn L. Runey POC Email:� Kalyn.Runey@us.af.mil POC Mailing Address:� 4380B Alabama Rd., Building 632 / Moody AFB, GA 31699 POC Phone:� (229) 257-2811 20.� List of Attachments: � � �Attch 1.� Statement of Work � � �Attch 2.� COMBO-Synopsis � � �Attch 3.� Map of Building 621 � � �Attch 4.� �Wage Determination � � �Attch 5.� �USAF Carpet Manufacturer's POC � � �Attch 6.� Base Pass Request Form� � � �Attch 7.� Base Map 21.� Pricing Schedule: Line Item CLIN 0001: Replace carpet in Building 621 IAW attached SOW dated 23 April 2021 Qty:� ________ UI:� _________ Unit Price:� _____ Extended Price: _______ Line Item CAFB: Carpet Manf. Quoted ___________________ Qty:� ________ UI:� _________ Unit Price:� _____ Extended Price: _______ Line Item CONS: USAF Carpet Contract Manf. Price/SY�___________________ Qty:� ________ UI:� _________ Unit Price:� _____ Extended Price: _______ Line Item EVAL: Manf. Adhesive Name�___________________ Qty:� ________ UI:� _________ Unit Price:� _____ Extended Price: _______ Line Item ONLY: Manf. USAF Contract Adhesive Manf. Price/Gallon Bucket�___________________ Qty:� ________ UI:� _________ Unit Price:� _____ Extended Price: _______ Submission Expiration:� Vendors may, at their discretion, provide additional time; however, all submissions must remain valid for at least 30 days after the solicitation closes. Expiration Date:� ___________________ Business Size (select all that apply): Small ?��� Large ?��� Woman-Owned ?��� Veteran-Owned ?��� Other ? _________________ Delivery Date or Period of Performance:� ���_________________ Default NET Terms: 30 Days List any discount terms offered with pricing.� _________________________________________ SAM Registration Current:� Yes ?���� No ?���� Unsure ? Vendor DUNS:� ________________����������������� Vendor CAGE:� _______________ ______________________________________________ Printed Name ______________________________________________ Title ______________________________________________ Signature ______________________________________________ Date Note:� The individual signing must have the signatory authority for this entity; signature constitutes agreement to all terms and conditions contained within the solicitation. 22.� Clauses and Provisions Incorporated by Reference FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Nov 2017) FAR 52.219-28 Post Award Small Business Program Representation 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 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1 Buy American�Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-13 System for Award Management Maintenance FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated payments to Small Business Subcontractors FAR 52.233-3 Protest After Award FAR 52.245-1 Government Property FAR 52.245-9 Use and Charges FAR 52.246-16 Responsibility for Supplies FAR 52.247-34 F.O.B. Destination FAR 52.252-2 (Contract) Clauses Incorporated by Reference (Fill-in Text) - http://farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003� Item Unique Identification and Valuation. DFARS 252.211-7007 Reporting of Government-Furnished Property DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items AFFARS 5352.201-9101 Ombudsman - Lt Col Aaron D. Judge OL KC AFICA 129 Thompson St., Bldg 586, Rm 129 Langley AFB, VA 23665-2769 Phone Number: 757-764-5372, Fax: 757-764-4400 E-mail: aaron.judge@us.af.mil 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause� Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall� Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ""Web Based Training"" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO = Commodities & Services Contracts (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Not Applicable (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC F87700 Issue By DoDAAC FA4830 Admin DoDAAC FA4830 Ship To Code F3E360 Service Acceptor (DoDAAC) F3E360 -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ""Send Additional Email Notifications"" field of WAWF once a document is submitted in the system. Not Applicable (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Not Applicable (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b60eb0197be94a3781f1f12c96a5a1be/view)
 
Place of Performance
Address: Moody AFB, GA 31699, USA
Zip Code: 31699
Country: USA
 
Record
SN05984744-F 20210429/210427230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.