SOLICITATION NOTICE
72 -- Replace Carpet Bldg 207 - Statement of Work and Drawings
- Notice Date
- 8/1/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314110
— Carpet and Rug Mills
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 90 CONS, 7505 Barnes Loop, F.E. Warren AFB, Wyoming, 82005, United States
- ZIP Code
- 82005
- Solicitation Number
- FA4613_B207_Carpet
- Archive Date
- 8/31/2013
- Point of Contact
- Troy S. Argo, Phone: 307-773-6073, Carroll M. Vye, Phone: 307773 3689
- E-Mail Address
-
troy.argo@us.af.mil, carroll.vye@us.af.mil
(troy.argo@us.af.mil, carroll.vye@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Building areas requiring carpet. NOTHING HIGHLIGHED NEEDS CARPET. Building with measurements Statement of Work "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." 1. DATE: 1 August 2. YEAR: 2013 3. CONTRACTING OFFICE ZIP CODE: 82005-2860 4. CONTRACTING OFFICE ADDRESS: 7505 BARNES LOOP, BUILDING 208, F.E. WARREN AFB, WY 5. SUBJECT: Carpet Building 207 6. NAICS CODE: 314110 7. OPENING/CLOSING RESPONSE DATE: 1 August 2013 / 16 August 2013 8. CONTACT POINT: Contracting Officer Carroll Vye, 307-773-3689, Carroll.Vye@us.af.mil; Contracting Specialist Troy Argo, 307-773-4789, troy.argo@us.af.mil. 9. DESCRIPTION: 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 announcement is for the acquisition of carpet, and installation for Building 207. This announcement is to solicit for the award of a Firm Fixed Price Supply Contract. This acquisition is subject to the North American Industry Classification System (NAICS) code of 314110 and the Standard Industry Classification (SIC) code of 2273, with a size standard of 500 employees. This solicitation will be posted for 15 days with an award date to be determined once funding is available. Interested parties should register online and subscribe to receive procurement announcements related to this solicitation by entering the website at http://www.fbo.gov. Potential offerors are responsible for monitoring this site for release of any modification to this synopsis/modification. To be eligible for contract award, offerors must be registered in the System for Award Management (SAM). Register via the SAM website at http://www.sam.gov. Contractors must also submit their Representations and Certifications, also at SAM. All solicitation information may be obtained through http://www.fbo.gov. The Government will not reimburse any interested parties for monies spent to provide a response to this notice. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 01-13. Once awarded, contractor will submit Material Safety Data Sheet (MSDS) for each compound or chemical intended to be utilized on the site to the base Contracting Office/LGCAC (307-773-6073) for review and approval prior to delivery and use on the site. Contractor is responsible for accomplishing all work in accordance with the Statement of Work dated 31 July 2013 Contract Specifications and Drawings, Manufacturer's written recommendations, and all applicable building codes, standards and practices in the industry. 10. EVALUATION CRITERIA: Offerors will be evaluated based on the lowest price technically acceptable. 11. PLACE OF CONTRACT PERFORMANCE: F.E. Warren AFB, Cheyenne, WY 82005 12. PERIOD OF PERFORMANCE: Contractor will have 60 days after receiving notice of contract award to complete all work in accordance with required specifications. 13. SET-ASIDE STATUS: 100% Set Aside Small Business. 14. CONTRACT PROVISIONS AND CLAUSES: FAR 52.204-7 System for Award Management; FAR 52.204-13 System for Award Management Maintenance ; FAR 52.211-17 Delivery of Excess Quantities; FAR 52.212-1 Instructions to Offerors- Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items. ALT 1; 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; FAR 52.219-1 Small Business Program Representation. ALT 1; FAR 52.219-28 Post-Award Small Business Program Rerepresentation; 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 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; 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 52.225-3 Buy American Act- Free Trade Agreements- Israeli Trade Act ALT; FAR 52.225-4 Buy American Act- Free Trade Agreements - Israeli Trade Certificate; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications; FAR 52.232-1 Payments; FAR 52.232-8 Discounts for Prompt Payment; FAR 52.232-11 Extras; FAR 52.232-23 Assignment of Claims; FAR 52.232-29 Terms for Financing of Purchase of Commercial Items; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-1 Disputes; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.243-1 Changes--Fixed Price; FAR 52.246-16 Responsibility for Supplies; FAR 52.247-34 F.o.b. Destination; FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form); FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.211-6 Brand Name or Equal; FAR 52.223-5 Pollution Prevention and Right-to-Know Information; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, System for Award Management; DFARS 252.204-7007 Alternate A, Annual Representations and Certifications; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law; DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 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; DFARS 252.215-7007 Notice of Intent to Resolicit; DFARS 252.223-7001 Hazard Warning Labels; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; AFFARS 5352.201-9101 Ombudsman; AFFARS 5352.209-9001 Potential Organizational Conflict of Interest; AFFARS 5352.223-9001 Health and Safety on Government Installations; AFFARS 5352.242-9000 Contractor Access to Air Force Installations. 15. QUOTES: QUOTES ARE DUE NOT LATER THAN NOON, MOUNTAIN DAYLIGHT TIME, August 16, 2013. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. This announcement and written request for quote constitutes the only "Request for Quote" that will be made for this requirement. Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. ALL QUOTES MUST BE GUARANTEED THROUGH 30 SEPTEMBER 2013. Electronic quotes are now being accepted vie e-mail: troy.argo@us.af.mil A site visit will be held on Friday, August 9, 2013 at 1000. The meeting will start in the parking lot of building 207. Interested parties without badge access to F.E. Warren AFB, WY must meet at the gate 1 Visitor's Center (near Randall and I-25) no later than 20 minutes prior to the site visit start time. To expediate sponsorship onto the installation, companies planning on attending are limited to 2 represenatives and need to RSVP no later than 48 hours prior to the site visit start time. Please provide company name and the names of the attendies to Troy Argo at, Troy.Argo@us.af.mil. You will need a valid state/federal ID to access the base. Drivers need their driver license, proof of registration and proof of insurance, or their driver license and rental car agreement. Any vehicle with company logos will have to use Gate 5 (near Central and I-25) for base access, after receiving badges at Gate 1. Please keep in mind for your attendies that weapons, drugs (even medical marijuana), and individuals with warrants will be detained and turned over to the local law inforcement. Thank you.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a41bd78872829f7a4e342df498b9e789)
- Place of Performance
- Address: F.E. Warren AFB, WY, Cheyenne, Wyoming, 82005, United States
- Zip Code: 82005
- Zip Code: 82005
- Record
- SN03134964-W 20130803/130802000208-a41bd78872829f7a4e342df498b9e789 (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 |