Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 25, 2021 SAM #7238
SOLICITATION NOTICE

38 -- Construction Materials

Notice Date
9/23/2021 8:04:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
W7M8 USPFO ACTIVITY IAANG 185 SIOUX CITY IA 51111-1396 USA
 
ZIP Code
51111-1396
 
Solicitation Number
W50S72-21-Q-7317
 
Response Due
9/24/2021 11:00:00 AM
 
Archive Date
10/09/2021
 
Point of Contact
Allison N. Harbit, Phone: 7122330512, Megan McCauley, Phone: 7122330514
 
E-Mail Address
allison.harbit@us.af.mil, megan.mccauley@us.af.mil
(allison.harbit@us.af.mil, megan.mccauley@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This solicitation is amended to extend the due date to 24 Sep 2021 at 1:00PM central.� This solicitation, W50S72-21-Q-7317, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-07, effective 10 September 2021. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets the minimum specifications. This procurement is set aside 100% for small business. The NAICS code applicable to this requirement is 339999 and the small business size standard is 500 employees. The government evaluation factor for this acquisition is LOW PRICE that meets the minimum specifications. The government plans to award the lowest priced product that meets the minimum essential needs. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial item is requested in this solicitation: Required Line Items: 0001: Kitchen Countertop/Millwork: Compatible with line item 002, laminate mid tone gray, L-shaped with bullnose edge and 45 degree interior angle (QUANTITY: 1 EACH) Refer to countertop attachment for shape and dimensions. 0002: Kitchen Cabinetry: plastic laminate white, soft close hinges, natural plywood interior (shelves), satin chrome finish handles (QUANTITY: 1 SET) Upper � Raised panel diagonal corner wall cabinet assembly depth 24 inch height 30 inch width 24 inch in white (QUANTITY: 1 EACH) Upper � Raised panel wall cabinet assembly depth 12 inch height 30 inch width 12 inch in white (QUANTITY: 2 EACH) Upper � Raised panel wall cabinet assembly depth 12 inch height 30 inch width 36 inch in white (QUANTITY: 2 EACH) Upper � Raised panel wall cabinet assembly depth 12 inch height 30 inch width 24 inch in white (QUANTITY: 1 EACH) Lower � Recessed raised panel stock sink diagonal base cabinet assembly depth 24 inch height 34.5 inch width 36 inch in white (QUANTITY: 1 EACH) Lower � Raised panel cabinet with single drawer assembly depth 24 inch height 34.5 inch width 36 inch in white (QUANTITY: 2 EACH) Lower � Raised panel cabinet with single drawer assembly depth 24 inch height 34.5 inch width 24 inch in white (QUANTITY: 1 EACH) 0003: Kitchen Sink: drop in style, 16 Gauge T304 SS, all-in-one sink with faucet in metal satin chrome, 1 handle/1hole, WaterSense labeled (QUANTITY: 1 EACH) 0004: Suspended Ceiling Grid: 2� x 2� drop 15/16�, intermediate-duty structural grid classification (1,100 sq ft) 0005: Ceiling Tile: 2� x 2�; fiberboard class A fire with noise reduction coeff. of 55; square edge white lay in ceiling tile, BioPreferred Program � 37% biobased content (QUANTITY: 300 EACH) 0006: Drywall/Hard ceiling: 5/8� fire resistant (fire code X), BioPreferred Program, 4� x 8� sheets (QUANTITY: 70 Sheets) 0007: Floor: semi-rigid epoxy concrete joint filler, BioPreferred Program � 28% biobased content (QUANTITY: 3 Gallons) 0008:Restroom Stall: 1� thick solid phenolic core stall partition, floor anchored with top rail and 32� door in silver-gray color, length 94 inches, space between bottom of door and floor 4 to 14 inches, CPG Compliant � 20-100% recovered plastic (QUANTITY: 1 EACH) 0009:Urinal Screen: 3/4� solid phenolic urinal screen in silver-gray color to match bathroom stall, 48 inches high X 18 inches wide (QUANTITY: 1 EACH) 0010:Toilet: Floor mounted porcelain 1.1-1.6 gallons per flush, elongated toilet in white, with white solid polypropylene elongated seat cover, T304 stainless steel check hinge, WaterSense labeled (QUANTITY: 1 EACH) 0011: Flushometer: 1.6 gallons per flush, T304 SS flushometer, top spud 1.5� diameter for toilet compatible with line item 0010 (QUANTITY: 1 EACH) 0012: Urinal: 0.125 gallons per flush porcelain urinal with T304 stainless steel top spud in white, WaterSense labeled (QUANTITY: 1 EACH) 0013: Vanity/Sink Combo: porcelain white vanity with integrated sink and lower cabinet storage, manufactured wood base material in white, metal 1 hole/1 handle faucet in satin chrome, 22 inch wide by 30-31 inch high, WaterSense labeled sink (QUANTITY: 1 EACH) 0014: Mirror: 22 inch wide by 40 inch high (QUANTITY: 1 EACH) 0015: Paper Towel Dispenser: flush wall mounted folded paper dispenser and waste disposal in brushed metal finish, 8-12 gallon (QUANTITY: 1 EACH) 0016: Toilet Paper Dispenser: double post toilet paper holder in brushed metal finish (QUANTITY: 1 EACH) 0017: Doors: prefinished oak hollow core doors with hardware and frame, Energy Star Certified (QUANTITY: 1 SET) 3�-0� x 6�-8� x 1 3/8� left strike (QUANTITY: 2 EACH) 2�-6� x 6�-8� x 1 3/8� left strike (QUANTITY: 1 EACH) 2�-0� x 6�-8� x 1 3/8� right strike (QUANTITY: 1 EACH) 0018: Door hardware/knobs/finish compatible with line items 0017: Residential standard certification: ANSI/BHMA A156.39-2015, ADA Compliant, Certified Commercial Grade 2, Lever knob in 626 Satin Chrome, commercial grade hinges in 626 Satin Chrome (QUANTITY: 4 SETS) 0019: Baseboard Heater: 2000W (208 volt), 8 feet long (QUANTITY: 4 EACH) 0020: Insulation: R-13 fiberglass insulation 15� x 32� rolls, Energy Star Certified, 20-25% recovered glass (QUANTITY: 40 EACH) 0021: Light Fixtures: 2�x2� LCAT LED Contemporary Architectural Troffer light, curved shielding, 4000K, with 2600 avg. lumens at 0 degrees, Energy Star Certified (QUANTITY: 14 EACH) 0022: Interior type wall mounted fixture 4000K, 80 watt max Incandescent LED, length not to exceed 24 inches, Energy Star Certified (QUANTITY: 1 EACH) 0023: Wall receptacles: Commercial grade 20A duplex receptacles with gray finish (QUANTITY: 20 EACH) 0024: Stainless steel receptacle plates compatible with line item 0023 (QUANTITY: 20 EACH) 0025: GFCI receptacles with gray finish (QUANTITY: 6 EACH) 0026: GFCI receptacle stainless steel receptacle plates compatible with line item 0025 (QUANTITY: 6 EACH) 0027: Switches: Commercial grade 20A switches, gray color (QUANTITY: 10 EACH) 0028: Switch stainless steel cover plates (QUANTITY: 10 EACH) 0029: Window Sill: Solid surface, no thickened edge, 1/2� thickness (QUANTITY: SEE BELOW FOR SIZE BREAKDOWN) 98� x 13� (QUANTITY: 2 EACH) 49� x 13� (QUANTITY: 1 EACH) 41� x 13� (QUANTITY: 1 EACH) 0030: Half Wall Counter Top: Solid surface, no thickened edge, 1/2� thickness, to match line item 0029 material 75� x 7� (QUANTITY: 1 EACH) 151� x 7� (QUANTITY: 1 EACH) 0031: Exit Signs: Wall mounted standard size battery backup exit signs, red LED letters, 50,000 hours minimum rated lamp life (QUANTITY: 2 EACH) 0032: Fiberglass Reinforced Plastic: Textured class C in grayish taupe finish 4� x 8� sheets, Energy Star Certified, CPG Compliant � 6% recovered material (QUANTITY: 10 EACH) 0033: Wall base: 4� height x 1/8�� thick jet black vinyl wall base (QUANTITY: 400 Linear Feet) 0034: Water-based latex sealer for gypsum wallboard surface, BioPreferred Program � 20% minimum biobased contant (QUANTITY: 9 Gallons) 0035: Duct Start/Take Off Collar: 5�� 26-30 gauge galvanized steel (QUANTITY: 6 EACH) 0036: Trunk line insulated with turning vein: 16 gauge galvanized steel (Connect to existing 2 ton heat pump with 10k strip heat utilizing a quantity of 4 6x10 registers on second floor) (QUANTITY: 1 EACH) 0037: 5x25 G-KM black insulated flex duct: � 5 ID(inner diameter)x25ft polyethylene blower and duct hose � 1 In-Hg, 10 max psi, -20 to 200 degrees Fahrenheit (QUANTITY: 6 EACH) 0038: 90 degree elbow: 6 duct size, 26 gauge galvanized steel (QUANTITY: 6 EACH) 0039: Diffuser � ceiling 24 inch x24 inch, size 6 neck face type compatible with line item 0038, 4-way adjustable steel white powder coated and insulated (QUANTITY: 6 EACH) 0040: 4x25 G-KM black insulated flex duct: � 4 ID(inner diameter)x25ft polyethylene blower and duct hose � 1 In-Hg, 10 max psi, -20 to 200 degrees Fahrenheit (QUANTITY: 1 EACH) 0041: Bathroom fan: 70 CFM, 23 gauge steel housing, ceiling mounted and motion sensing (QUANTITY: 1 EACH) SUBMISSION REQUIREMENTS/RFQ TERMS: 1.� Offerors shall submit ALL of the following information with their quote on attached vendor information sheet. Company/Offeror Name: Company Tax ID Number: Company P.O.C: POC Phone Number: POC E-Mail: Cage Code or DUNS Number: Place of Manufacture (Required): Anticipated Delivery Time After Receipt of Order (ARO): F.O.B. (if origin, please provide cost): Net Payment Terms (Net 30, unless otherwise noted): 2. Offerors quotes shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified below.� Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award. 3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov.� Vendors must submit the Representations and Certifications from, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. 4. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov.� Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation. 5. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation, DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation, and DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, certifications must be filled out and returned with your quote (FAR and DFARS Section 889 Representations). 6. Questions regarding this solicitation shall be emailed to MSgt Megan McCauley AND 1st Lt Allison Harbit, no later than 11:00 AM Central on Friday, 17 September 2021. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation. 7. Proposals are due at: 185ARW/MSC ATTN: 1st Lt Allison Harbit 2920 Headquarters Avenue Sioux City, IA 51111-1300. Proposals may be submitted by mail, hand delivered, e-mail to allison.harbit@us.af.mil AND megan.mccauley@us.af.mil. It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7b52417aea5b48588425bb5ebd4f04fe/view)
 
Record
SN06142627-F 20210925/210923230131 (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.