Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 26, 2022 SAM #7482
SOLICITATION NOTICE

72 -- HPO Flooring Project

Notice Date
5/24/2022 3:31:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314110 — Carpet and Rug Mills
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487722QA243
 
Response Due
6/22/2022 12:00:00 PM
 
Archive Date
07/07/2022
 
Point of Contact
Eric Armah, Phone: 5202284967, Ryan Olson, Phone: 5202282213
 
E-Mail Address
eric.armah.gh@us.af.mil, ryan.olson.10@us.af.mil
(eric.armah.gh@us.af.mil, ryan.olson.10@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Request for Quote- FA487722QA243 HPO Vinyl Flooring/Installation for 48 RQS DMAFB, Tucson (The quote shall be effective 60 days) 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; quotes are being requested and a written solicitation will not be issued. �This solicitation is being issued as a Request for Quotation (RFQ). RFQ Number is FA487722QA243. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-06 effective date 26 April 2022 & DFARS Publication Notice 20220428 effective date 28 April 2022. This RFQ is issued in accordance with all of the terms and conditions of the Air Force Furnishings Commodity Council (AF FCC) Mandatory Carpet Program Tier I contracts. (Please provide a quote for the line items listed below. Failure to quote on all CLINs will render the quote unacceptable and ineligible for award consideration.) �� �SCHEDULE OF SUPPLIES/SERVICES �� ��� � CLIN �� �� DESCRIPTION �� �QTY �� �Unit �� � � Unit Price �� �Extended Amount� �� � � �� ��� ��� � 0001 �� �HPO FLOORING PROJECT (Vinyl flooring will be installed in the Human Performance Optimization (HPO), physical therapy room and offices.) � *IAW attached Statement of Work. �� �1 �� �Ea �� �$____________ �� �$_____________� �� ��� �TOTAL PRICE �� �$_____________� Delivery Location: Project work is to be performed on Davis-Monthan AFB, Room 113, Building 4843, located at DMAFB Tucson, 85707. building 4843, Room 148 NE Wall Please provide the information below: FOB �� �1 Destination ��� ��� ��� ��� ��� �Shipping Cost Included? 1 �Yes � 0 �No�� ��� � Payment Terms: �_________________________�� �Delivery Date: �______________________�� � Company Name: �_________________________�� � � � � � � � �DUNS #______________________________ �� ��� � Cage Code: __________________________ �� � POC: �__________________________________�� �Telephone #__________________________�� � E-Mail Address: �_________________________�� �Tax ID#: �____________________________ �� � Warranty Information: ____________________________________________________�� � Do you have capacity to invoice electronically through WAWF? (Yes/No)___________ Special Notes and Instructions: 1.�� �This acquisition is a 100% Small Business set-aside in accordance with FAR Subpart 19.502-2. Only quotes submitted by Small Business Concerns for the NAICS is 314110 (Carpet and Rug Mills) will be accepted by the Government.� 2.�� �Notice to Offeror(s): The Mandatory Carpet Program identifies all prospective open market installers as �Tier II� contractors and the four (4) mandatory carpet source contractors as �Tier I� contractors. Tier II contractors (any interested parties responding to this notice) are instructed to contact one, some, or all of the Tier I contractors to obtain material quotes. Please note: �shipping costs were not included in the Air Force Furnishings Commodity Council (AFFCC) Carpet Program Tier I contracts, therefore, contractors are instructed to include shipping fees (if any) within CLIN 0001. � 3.�� �Site Visit: �A site visit will be conducted on 15 June 2022 at 2:00 pm Arizona Local Time ��� �Attendees must complete the attached EAL for base access ��� �Complete and return the EAL by 31 May 2022, 2:00 pm ��� �Vendors that do not return a completed EAL, will not be granted access. *Please complete columns A-F of the EAL spreadsheet ensuring you include the issuing state for your driver�s license. It usually takes about a week for Security Forces to process so the sooner we have this back the better. *You may password protect this document to safeguard your personal information. In the top left hand corner of the spreadsheet select �file� then under the �info� section you will select �protect workbook� then �encrypt with password�. Just ensure that you send us the password in a separate email so we can access the information and provide it to security Forces. Important Dates/Times (All Times are Arizona Local Time) ��� �Site Visit will be conducted on 15 June 2022 at 2:00 pm ��� �Questions are due by 17 June 2022, 2:00 pm.. ��� �Answers will be provided by 20 June 2022, 2:00 pm. Answer to Request For Information by 21 June 2022, 4:00 pm. 4.�� �Quote Preparation Instructions. Please respond to this RFQ by emailing response to: A1C Eric Armah at Email: eric.armah.gh@us.af.mil and CO, Ryan Olson at ryan.olson.10@us.af.mil no later than 12:00 P.M. CST, 22 June 2022 � Friday (or sooner if possible) in order to be considered timely. Offerors response to this RFQ shall include both a Price Quote and a Technical Quote. �Any quote, modification, revision, or withdrawal of a quote received after the exact time specified above shall be determined as late and will not be considered unless received before award is finalized, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition, and it was the only quote received. � � A)�� �Price Quote- A Firm Fixed-Price Quote shall be submitted in accordance with the bid Schedule (see page 1 of this RFQ) of Supplies and Services. Any offers that quote in excess of the Air Force Furnishings Commodity Council (AFFCC) Carpet Program NTE pricing established in Tier I contracts will not be considered for award. The price quote shall include a breakdown of price per square foot for the carpet and adhesives, so compliance with AFFCC NTE pricing can be verified.� � B)�� �Technical Quote-The technical quote should be written so that the evaluator can make a thorough evaluation as to whether the quote meets the technical requirements of this solicitation. The technical quote shall be specific, detailed and complete as to clearly and fully demonstrate that the offeror has a thorough understanding of the technical requirements listed below in Section 7. � 5.�� �Basis for Award. �355 CONS/PKP will issue a purchase order to the vendor who is determined to offer the best value to the Government. Award will be made to the Lowest Priced Technically Acceptable offeror with the lowest evaluated price compliant with NTE pricing established by the AFFCC, which is deemed responsible in accordance with the FAR, and which has submitted a quote conforming to the solicitation requirements.� � 6.�� �Best Value Determination: The Government shall initially rank quotes from lowest to highest overall price. The Government will then review the lowest priced quote to determine price reasonableness and adherence to Air Force Furnishings Commodity Council (AFFCC) Carpet Program NTE amounts for materials. The Government may require submission of information other than cost or pricing data to the extent necessary to evaluate price reasonableness. The Government may review more than the lowest priced quote, starting from the next lowest quote, if deemed to be in the Government�s best interest in order to determine price reasonableness and technical acceptability. The contractor whose quote is the lowest priced, technically acceptable quote whose pricing adheres to the Air Force Furnishings Commodity Council (AFFCC) Carpet Program NTE amounts for materials shall be considered the best value. Award shall be made to that firm. No other quotes shall be considered once a determination of best value has been made. The factors below shall be used to evaluate offers:� � Factor 1: Price � The contractor�s Firm Fixed-Prices under each CLIN shall be evaluated for fairness and reasonableness. Contractor pricing shall be considered �fair and reasonable� based on competition. IAW Air Force Furnishings Commodity Council (AFFCC) Carpet Program, prices for materials cannot exceed NTE values established within the Tier 1 contracts. Any material prices in excess of the NTE prices established in Tier 1 contracts shall not be considered fair and reasonable.� � Factor 2: Technical � The offeror�s technical quote will be evaluated based on the Technical Factors stated below. Technical Acceptability will be rated as either Technically Acceptable or Not Technically Acceptable. In order to be considered Technically Acceptable, the contractor�s quote must meet all of the following Technical Factors: � � Technical Sub-Factor 1: Tier I Contractor and Carpet Selection. The contractor�s technical quote must clearly demonstrate that it has directly contacted and obtained pricing from one of the four (4) approved Tier I carpet contractors below. The Tier II contractor�s selection shall be clearly identified, citing one of the following:� Shaw Industries -�� �Style: Peto II 20 -�� �Color: Manhattan Blues � 71446 Engineered Floors, LLC -�� �Style: Urban Ave 1843 -�� �Color: Zone 1560 Mohawk Carpet Distribution, Inc -�� �Style: Side Stripe GT419 -�� �Color: Westpoint 965 Commercial Marketing Associates, Inc. -�� �Style: Common Thread� -�� �Color: Point 3 in Baobab with Electric (Dark Gray Background) Technical Sub-Factor 2: Certification. The offeror�s quote shall provide documentation that shows the contractor overseeing the project is a certified installer for the manufacturer of the carpet style selection offered, -or- is certified at the C-2 level or higher by the International Certified Floorcovering Installers Association.� 7.�� �Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM). To register or update former CCR and Reps & Certs that are not current go to https://sam.gov/content/entity-registration and provide mandatory information. �� LIST OF ATTACHMENTS:� Attach 1. Statement of Work� Attach 2. EAL� Attach 3. Wage Determination Attach 4. Toxics Facility Report Bldg 4843� Attach 5. Photos of room Attach 6. Clauses and Provisions �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ce3973b8af254e6b9240496fe334b6bc/view)
 
Place of Performance
Address: Tucson, AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN06337270-F 20220526/220524230126 (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.