Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2021 SAM #7151
SOLICITATION NOTICE

72 -- Flooring Blanket Purchase Agreements Recompete

Notice Date
6/28/2021 1:48:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930121Q0016
 
Response Due
7/29/2021 8:00:00 AM
 
Archive Date
08/13/2021
 
Point of Contact
Thomas Prothro, Joshua Vasquez
 
E-Mail Address
thomas.prothro@us.af.mil, joshua.vasquez.5@us.af.mil
(thomas.prothro@us.af.mil, joshua.vasquez.5@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
FA9301-21-Q-0016 Edwards AFB, Air Force Research Laboratory, and Air Force Plant 42 Flooring Blanket Purchase Agreements *****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this Request for Quote (RFQ) until funds are available. The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse a vendor for any costs. ***** (i) 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. The simplified Acquisition Procedures (FAR 13) will be used for requirement. Hereafter, this notice shall be titled ""Solicitation."" (ii) Solicitation Number: FA930120Q0016. This solicitation is issued as a RFQ to offerors. (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2021-05, effective 10 MAR 2021; and DPN 20210520, effective 20 MAY 2021. (iv) This is a set-aside (100%) for Small Business. The North American Industry Classification System (NAICS) code for this project is 326199 with a size standard of 750 employees. (v) Contract Line Item Number (CLIN) Nomenclature and Contract Structure: The solicitation and requirement is for a Blanket Purchase Agreement which has no CLIN structure and uses an annually updated Approved Price Sheet. (vi) Contract Type: The anticipated contract type is Blanket Purchase Agreement (BPA). It is anticipated that multiple awards will be issued. (vii) Description of items to be acquired: Flooring, flooring installation services, and flooring repair services at Edwards AFB (EAFB), Air Force Research Laboratory (AFRL), Air Force Plant 42 (AFP42) A portion of this requirement is a Brand Name requirement for Gerflor interlocking vinyl tiles 24""x24"": Gerflor GTI MAX 0249 Carbon, GTI MAX 0252 Titanium, and GTI MAX 0264 Ponente A Portion of this requirement must be met in compliance with the mandatory-use AF Carpet Program which will require purchasing carpet in accordance with the attached AF Carpet Program Ordering Guide. (viii) Location of service performance: Edwards AFB, CA 93524 and Palmdale, CA 93550 (ix) Interchanges Interchanges are written or oral interactions between the Contracting Officer and Vendor(s), after the receipt of quotations that are undertaken with the intent to address any aspect of the quotations. Interchanges may be conducted with all, some, or none of the vendors. The Contracting Officer may issue Interchange Notices which are written notification to the Vendor for the purposes of making clear certain aspects of their quotations, to resolve minor or clerical mistakes, or in support of Interchanges. The Contracting Officer may keep an Interchange Record of oral interchanges when an interchange notice is not used. (x) The provision at 52.212-1 ""Instructions to Offerors -- Commercial"" applies to this acquisition. Offers are due by 29 July 2021 at 11:00 AM Pacific Standard Time (PST) via electronic mail to Thomas Prothro at thomas.prothro@us.af.mil and Joshua Vasquez at joshua.vasquez.5@us.af.mil. �� (a) Addendum to the provision at FAR 52.212-1 ""Instructions to Offerors -- Commercial"": ���� (1) Proposal Volumes - Each offeror is to provide 3 separate standalone volumes (Technical, Past Performance, and Price). �� - Technical Volume: The offeror�s Technical Volume shall contain: (1) a completed copy of the Approved Price List evidencing that the offeror can supply any and all items therein, and (2) any other suitable evidence that the offeror has an understanding of various types of flooring installation in compliance with all local and state regulatory authorities and needed to perform the tasks outlined within the Statement of Work. �� - Past Performance Volume: The offeror's Past Performance Volume shall contain contact information/references for a maximum of 5 previous (or on-going) contracts they performed upon. Each of the previous contracts referenced shall have a brief description of the services provided, length of the contract, dollar amount, and contact information (name, phone and email). The Government may utilize this to obtain information on offeror's performance on the contracts specified. Information provided on recent or current contracts shall show what offerors consider most relevant in demonstrating their ability to perform this proposed effort.��� �� - Price Volume: The offerors Price Volume shall consist of filling in applicable sections of the Solicitation (Standard Form 1449). Offerors shall complete all portions of SF 1449 blocks 12, 17a, 30a, 30b and 30c. In doing so, the offeror accedes to the contract terms and conditions as written in the solicitation, with attachments. Additionally, offerors shall fill in the Unit Prices in the attached Approved Price List. ���� (2) Cover Letter - offerors are to provide a cover letter with all required information specified within the provision at FAR 52.212-1(b)(1) thru (11) as applicable. If a section does not apply to an offeror, simply state ""N/A.""� Additionally, offerors are permitted to provide additional information on your company that you deem relevant to this acquisition. Lastly, offerors are to provide their CAGE Code within the cover letter. ���� (3) Page Limitations - Offerors cover letter shall be no more than 3 pages in length. The Technical Volume has no page limitation. The Past Performance Volume shall be no more than 4 pages in length. Lastly, the Price Volume has no page limitation. ���� (4) Page/Font Size - Although proposals are to be submitted electronically, the page size should be structured to print on a normal 8.5 X 11 inch sheet of paper. Margins shall be no less than 1 inch on all sides. Please use Times New Roman font size 12 or larger. Pages shall be numbered sequentially by volume. ���� (5) Electronic files must be in Adobe (.pdf) or Microsoft Word Version 2016 or earlier. Excel files (if used) must be in Excel 2016 or earlier format. ������������������������������������������������������������� ��������������(End of Addendum) (xi) The provision at FAR 52.212-2 ""Evaluation -- Commercial Items"" applies to this acquisition. �� (a) Addendum to the provision at FAR 52.212-2 ""Evaluation -- Commercial Items"": The Government will award up to three (3) BPAs resulting from this solicitation to responsible offerors whose offer 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: ���� (1) Technical capability of the item offered to meet the Government requirement ���� (2) Past performance ���� (3) Price �� In the integrated assessment, upon which the award assessment will be made, Past Performance is of more importance than Price when being evaluated. Technical factor will be rated as Acceptable or Unacceptable. �� (b) BASIS FOR CONTRACT AWARD: This is a competitive solicitation using simplified acquisition procedures and Best Value in which competing offerors� past and present performance history will be evaluated as more important than price. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 ""Instructions to Offerors"" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the model contract, and technical requirements, in addition to those identified as evaluation factors. All technically acceptable offers will be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: ���� (1) Technical Acceptability (Step 1) - Quotes must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met: (a) Offer all products and services on the Approve Price List. (b) Return a complete proposal including completed solicitation Pg 1 and completed Approved Price List containing no additional terms and conditions. (c) Return detailed proposals for the sample projects below. (d) Offeror evidences an understanding of carpet installation, and for any state and local projects it has worked, demonstrates carpet installation compliance with applicable state regulatory applications. � ���� (2) Price Evaluation (Step 2) - Next, offerors will be ranked according to overall price. Included as part of the price evaluation is a review for price reasonableness. Offerors will submit detailed proposals for executing: Sample Project 1) Removal of existing vinyl composition tile (VCT), 3,670 Sq. ft. Removal of cove base, 626 Ln. Ft. Installation of Gerflor rubber interlocking tiles (GTI Max, #0252 Titanium), 3670 sq. ft. Installation of 6� cove base, 626 Ln. Ft. Sample Project 2) Removal of existing carpet/cove base (379 sq. yd.) Install carpet tile, Pattern ID: 4GCR, No Padding (415.74 sq. yd.) Install 6� cove base (700 ln.ft.) Sample Project 3) Removal of existing carpet/cove base (315 sq. yd.) Removal of vinyl composition tile (VCT) (90 sq. yd.) Install stair treads (90 sq. yd.) Install stair treads rubber flooring (90 sq. yd.) Install carpet, Pattern ID: 4GCR, No Padding (315 sq. yd.) Install 6� cove base (775 ln. ft.) Install VCT (90 sq. yd.) An offeror's proposed Total Price will be determined by totaling the sum of all projects. Offerors whose total evaluated price is unreasonably high overall, unbalanced, or unaffordable may be considered unacceptable and may be rejected on that basis. To reiterate for reasonableness the total evaluated price will be evaluated. (3) Past Performance (Step 3) - The Government will seek recent and relevant performance information on the lowest priced, technically acceptable offeror based on (1) the past efforts provided by the offeror, and (2) data independently obtained from other Government and commercial sources in order to determine the offeror�s Past Performance Confidence rating, which is comprised of three criteria: Recency, Relevancy, and Quality. Past performance criteria will be rated as follows: �� Recentcy: acceptable/unacceptable �� Relevancy: acceptable/neutral �� Quality: acceptable/neutral Recency � To be rated as �acceptable� the offeror must provide past performance information for service contracts of a type deemed relevant or similar in nature to this solicitation; such as installation on flooring projects of a similar nature to the those in the sample projects; completed within the last three years. Relevancy � To be rated as �acceptable� the offeror must provide past performance information for service contracts of type deemed relevant or similar in nature to the this solicitation; such as flooring projects for carpet, interlocking vinyl tile, or other similar products Quality � The Government will consider the performance quality of all relevant past performance examples supplied. The Government may also seek additional past performance information from other sources such as the Contract Performance Rating System (CPARS) and/or interviews with other agencies or commercial customers. All available information will be used to determine an overall quality assessment of acceptable or neutral. The recency, relevance, and quality of past performance will be summarized into a final performance confidence rating of: Satisfactory Confidence, Neutral Confidence, or Limited Confidence. The Past Performance Confidence Ratings are: Satisfactory Confidence: Based on the offeror's recent/relevant/quality performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Neutral Confidence: No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance. Limited Confidence: Based on the offeror's recent/relevant/quality performance record, the Government has a low expectation that the offeror will successfully perform the required effort. �� ������Up to three awards will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM). ����� If the first offeror with the lowest proposed price, that is also adjudged reasonable and affordable, and is evaluated as technically acceptable and is judged to have �Satisfactory Confidence� in the performance confidence rating, that offer represents the best value for the Government and the evaluation process stops at this point for the first award. As to the potential second and third awards (and first award if Past Performance Confidence level of lowest priced offer is other than Satisfactory), offer must first be technically acceptable. Next offers will be ranked by price that is also adjudged reasonable and affordable.� The Source Selection Authority (SSA) will than consider, since Past Performance is more important than Price, the offeror�s Past Performance Confidence Rating.� The SSA may determine that another offeror with a Satisfactory Past Performance confidence rating is worth paying more for than an offeror with a Neutral Past Performance Confidence rating in the best value tradeoff. Likewise the SSA may determine that another offeror with a Satisfactory Past Performance Confidence rating, or Neutral Past Performance Confidence rating, is worth paying more for than an offeror with a Limited Past Performance Confidence rating in the best value tradeoff. �� �� (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ������������� ��������������������������������������������������������������(End of Addendum) (xii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, or have a completed copy with their SAM.gov registration. If completed via SAM.gov, please state so within the Cover Letter. Offerors shall include a completed copy of the provision at FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, with its offer. (xiii) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following changes: Paragraph (c) of this clause is tailored as follows: �Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government..� (xiv) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this action. All applicable FAR, DFARS, and AFFARS clauses and provisions are contained in the model contract solicitation. (xv) Defense Priorities and Allocation System (DPAS): N/A (xvi) Proposal Submission Information: All questions or comments must be sent to Thomas Prothro at thomas.prothro@us.af.mil and Joshua Vasquez at joshua.vasquez.5@us.af.mil no later than 13 July 2021 at 11:00 AM PST. Offerors quotes are due by 29 July 2021 at 11:00 AM PST via electronic mail to Mr. Prothro and Mr. Vasquez.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/660a15da15904367ac4fb75b2ada9413/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06045147-F 20210630/210628230114 (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.