Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

72 -- Basewide Floor Covering Indefinite Delivery/Indefinite Quantitiy (IDIQ) - RFQ Attachments

Notice Date
7/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
442210 — Floor Covering Stores
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3Q2AD9220A002
 
Archive Date
9/30/2010
 
Point of Contact
Shea E. Hart,
 
E-Mail Address
Shea.Hart@robins.af.mil
(Shea.Hart@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Pricing Schedule - Opt Yr 4 Pricing Schedule - Opt Yr 3 Pricing Schedule - Opt Yr 2 Pricing Schedule - Opt Yr 1 Pricing Schedule - Basic Yr Appendix C Statement of Work This is a combined synopsis/solicitation for commercial items IAW FAR Part 12, as supplemented by FAR Part 13. This announcement constitutes the only solicitation. Quotes are being requested, and a separate written solicitation will not be issued. THIS REQUEST FOR QUOTATIONS (RFQ) WILL NOT RESULT IN AN ORDER AGAINST A FEDERAL SUPPLY SCHEDULE (FSS). ANY QUOTE WHICH IS PREDICATED UPON THE AWARD BEING PLACED AGAINST AN FSS WILL NOT BE CONSIDERED. This requirement is set-aside 100% for Small Business. SMALL BUSINESS SIZE STANDARD: (a) NAICS: 442210 (b) DOLLARS: $7.0M The Government intends to award one or more Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for base-wide purchase of carpet and other floor coverings and services associated with these floor coverings, including installation, repair, replacement, disposal, and other tasks IAW the attached Statement of Work (SOW). The contractor will be expected to handle a broad range of projects, both in size and complexity, and have adequate manpower to perform multiple delivery orders simultaneously. Contract period shall be for one basic year after award, with four (4) one-year options. Each delivery order issued against the IDIQ contract will state the delivery date and the Government Point of Contact who has the authority to accept the work. The resulting contract and orders will be Firm Fixed Price. Vendors shall quote prices for the IDIQ contract which are Not-To-Exceed (NTE) prices. Prices shall be FOB Destination (Robins AFB GA 31098). In addition to prices, your quote shall include your cage code, DUNS number, and taxpayer ID number. Quotations must be received by Shea Hart (shea.hart@robins.af.mil) no later than 2:00 pm Eastern Daylight Time (EDT) on 6 August 2010. Quotes may be emailed. The anticipated contract award date is 31 August 2010. Please do not request award status prior to this date. The following clauses are applicable to this solicitation (current through FAC 2005-44 dated 08 Jul 2010 and DFARS Change Notice 20100713): FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items - Award will be made to the responsible vendor who offers the lowest Total Evaluated Price (TEP) and meets all RFQ terms and conditions. The evaluation of quotes will be conducted using the attached pricing schedules. Vendors shall provide NTE unit prices in the pricing schedules; the pricing schedules uploaded by the Government are Excel spreadsheets which will automatically multiply the vendor's NTE unit price times the estimated quantity to create sub-total prices for each Contract Line Item and the TEP for the entire quote. Vendors shall also provide the information required for some Contract Line Items in the Description column of the pricing schedules. The estimated quantities stated on the pricing schedules are quantities which the Government will use for evaluation purposes only and are not the Government's best estimate of the quantities to be ordered during the contract period of performance. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Rev'd Aug 09) (By acceptance of this contract, the vendor represents that it is not an inverted domestic corporation and is not a subsidiary of one.) IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov.. 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 (JUL 2010)(DEVIATION) 52.216-18 Ordering - Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through 12 calendar months therefrom, except as may be extended by exercise of options. Ordering/Selection Procedures 1. All requirements contemplated under this contractual vehicle will be evaluated on a case-by-case basis for suitability based on magnitude and complexity. Before delivery orders are issued under this contract, a decision will be made regarding whether to compete or restrict in accordance with FAR 16.505 (b), Orders Under Multiple Award Contracts. 2. The Contracting Officer or his/her authorized representative shall issue a Request for Quote (RFQ) either verbally or in writing, The technical surveillance representative will arrange for a site visit to be held within two working days after issuing the RFQ. 3. The contractor's quote should be prepared in accordance with the NTE unit prices established in the pricing schedules and should include each applicable line item, quantity, unit price,and total price. 4. The contractor shall submit its quote to the Contracting Officer with copy to the Base Civil Engineer within two days of the site visit. 5. Upon receipt, the government will review the quote for completeness and accuracy. 6. The award of competitive delivery orders will be made based on lowest total price. The government reserves the right to award to other than the low offeror in the event that it is in the best interest of the government to obtain a more condusive delivery schedule. 7. Delivery Orders will be issued by the Contracting Officer and shall include the following information: a. Date of Delivery Order b. Contract number and Delivery Order number c. Item number and description, quantity, unit price and FFP total d. Delivery or Performance Schedule e. Accounting and Appropriation Data f. Any other pertinent data (Secure Area, Work on Flight Line, etc.) 52.216-19 Order Limitations - The blanks in this clause are filled out as follows. Paragraph (a): $3,000; paragraph (b)(1): $250,000; paragraph (b)(2): $250,000; paragraph (b)(3): 7 calendar days; paragraph (d): 7 calendar days. Contract Minimum Guaranteed Quantity: The Government shall purchase a minimum guaranteed quantity of $3,000 from each contract awarded as a result of this solicitation. Contract Maximum Quantity: The Government shall not purchase more than $4.5 million as a result of all orders issued against all contracts awarded as a result of this solicitation. 52.216-22 Indefinite Quantity - Contractor shall not be required to make any deliveries under this contract after completion of all orders issued under the contract. 52.216-27 Single or Multiple Awards (NOTE: The Government intends to award multiple IDIQ contracts. However, the Government reserves the right to award only one contract as a result of this solicitation.) 52.217-9 Option to Extend the Term of the Contract. The blanks in this clause are filled out as follows. Paragraph (a), first blank: anytime before the contract expires; paragraph (a), second blank, 60 calendar days; paragraph (c) Five Years 52.222-20 Walsh-Healey Public Contracts Act 52.232-36 Payments by Third Party FAR 52.247-34 FOB Destination DFARS 252.232.7003 Electronic Submission of Payment Requests ADDENDUM: The following warranty clause is in addition to the warranty described in FAR 52.212-5(o): (1) Floor Coverings will include a Limited Lifetime Warranty from manufacturing defects when installed and maintained in accordance with the manufacturer's recommended installation and maintenance methods. (2) Minimum One year Labor Warranty on installation services
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3Q2AD9220A002/listing.html)
 
Place of Performance
Address: Robins AFB, Warner Robins, Georgia, 31088, United States
Zip Code: 31088
 
Record
SN02208249-W 20100718/100716234755-8efcaeab185a0f960503e9059bf40b45 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.