SOLICITATION NOTICE
Z -- Carpet & Installation - Drawing Attach 4 - Insurance Requirements Attach 6 - FlexLok Installation Attach 2 - FlexLok BW WEB Attach 1 - Bigelow Paved Freedom Tile Color 7868 Attach 3 - EAL Attach 5
- Notice Date
- 1/5/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 442210
— Floor Covering Stores
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 914 AW/LGC, 2720 Kirkbridge Drive, Niagara Falls IAP-ARS, New York, 14304-5001
- ZIP Code
- 14304-5001
- Solicitation Number
- FA6670-17-Q-0002
- Archive Date
- 2/22/2017
- Point of Contact
- Linda A Hatfield, Phone: 7162362213, Murray, Phone: 7162362320
- E-Mail Address
-
Linda.hatfield.2@us.af.mil, murray.taylor2@us.af.mil
(Linda.hatfield.2@us.af.mil, murray.taylor2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- EAL Attach 5 Bigelow Paved Freedom Tile Color 7868 Attach 3 FlexLok BW WEB Attach 1 FlexLok Installation Attach 2 Insurance Requirement Attach 6 Drawing Attach 4 REQUEST FOR QUOTE FA6670-17-Q-0002 914 th Airlift Wing Niagara Falls, Air Reserve Station Niagara Falls, NY 14304 Flight Simulator Facility B -321 CARPET: Carpet and Installation 5 JAN 17 THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. Proposals are being requested and a written solicitation will not be issued. Solicitation number FA6670-17-Q-0002 is issued as a request for quotation (RFQ). The request is to be a Sole Source Brand to Match existing product in the facility. Contractor must adhere to all aspects of the Statement Of Need as well as all attached documents pertaining to product type, color, and installation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-91. Effective 30 Sept 16 This solicitation is 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this commercial item or equal requirement is 442210 with a small business size standard of $7M. This request is in support of the relocation of the Squad Ops personnel currently in B807 to the Flight Simulator Facility, B321. B321 is to be used as swing space during the renovation of B807, 914 th Airlift Wing, Air Force Reserve Station, Niagara Falls, NY 14304. Delivery is FOB Destination. FOB Destination shall be Niagara Falls ARS, NY 14304. The following provisions and clauses are applicable to subject solicitation: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Apr 2014): Applies to this acquisition. Provision Addenda: All quotes shall include the following minimum information: Product Specifications, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. In accordance with (IAW) FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to contract award. Prospective vendors should visit the SAM website at https://www.sam.gov/portal/public/SAM/ to register. FAR 52.212-2 - Evaluation - Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price. This is a Brand Source Solicitation to match existing in the facility. The evalutation factors that will be used to determine award will be Lowest Price/ Technically Acceptable. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their quotes. FAR 52.212-4 - Terms and Condition - Commercial Items: Applies to this acquisition. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2014): Applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: FAR 52.219-28, 52.222-19, 52.222-37, 52.222-40, 52.222-50, 52.225-13, and 52.232-33. FAR 52.219-1 -- Small Business Program Representations. (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. "Service-disabled veteran-owned small business concern"-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, which is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (b) of this provision. "Small disadvantaged business concern, consistent with 13 CFR 124.1002," means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States, and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern" means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) The North American Industry Classification System (NAICS) code for this acquisition is 442210. (2) The small business size standard is $7M. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (c) Representations. (1) The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) [ Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision. ] The offeror represents that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [ Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision. ] The offeror represents as part of its offer that it [_] is, [_] is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(3) of this provision.] The offeror represents as part of its offer that- (i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: _________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (c)(4) of this provision.] The offeror represents as part of its offer that-- (i) It [_] is, [_] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: _____________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [ Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision. ] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (7) [ Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of this provision. ] The offeror represents as part of its offer that is [_] is, [_] is not a service-disabled veteran-owned small business concern. (8) [ Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that - (i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [ The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: _ __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall -- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of Provision) FAR 52.252-1 - Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil FAR 52.252-2 - Clauses Incorporated by Reference: This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil (End of Clause) FAR 52.252-5 -- Authorized Deviations in Provisions. As prescribed in 52.107 (e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert "(Deviation)" after the date of the provision. FAR 52.252-6 - Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chp 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.232-7006 Wide Area WorkFlow Payment Instructions. As prescribed in 232.7004 (b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System forAward Management at https://www.acquisition.gov ; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Linda.hatfield.2@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Linda.hatfield.2@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. AFFARS 5352.201-9101 - Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. The following additional provisions or clauses are specific to this particular requirement: 52.202-1 Definitions 52.203-3 Gratuities 52.203-5 Covenant Against Contingent Fees 52.203-7 Anti-Kickback Procedures 52.203-17 Contract Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.232-1 Payments 52.232-8 Discounts For Prompt Payment 52.232-11 Extras 52.232-23 Alt I Assignment Of Claims (May 2014) - Alternate I 52.232-39 Unenforceability of Unauthorized Obligations 52.233-1 Alt I Disputes (May 2014) - Alternate I 52.233-4 Applicable Law for Breach of Contract Claim Act 252.203-7000 Requirements Relating to the Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7007 Alternate A, Annual Representation and Certifications 252.204-7012 Safeguarding of Unclassified Controlled Technical Information ITEM DESCRIPTION QTY UNIT OF ISSUE UNIT PRICE (SQ FT) TOTAL 0001 CARPETING LOT 0002 INSTALLATION COST LOT Quote must include cost of carpet per square yard. The contractor shall furnish all personnel, labor, equipment, tools, materials, supervision, and all other necessary items to provide and install carpet at the 914 Air Reserve Station, Niagara Falls, NY in Bldg. 321 in accordance with the Statement of Need, titled Carpet and Carpet Installation. Quote Expiration:___________________________ TOTAL: Remarks: CONTRACT TYPE: Firm Fixed Price The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/ Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors must be registered in the SAMS database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov. Offerors must have a current SAMS record prior to receiving an award for this solicitation or for any future awards. Offerors must be registered or willing to register, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. All responsible sources may submit a response which, if received by closing, must be considered by the agency. Quote must include cost of carpet per square yard. Site visit will be held on 12 JAN 17 at 10 a.m. (EST). Please notify Linda Hatfield by e-mail at linda.hatfield.2@us.af.mil if you will be attending please fill out the attached (Entry Authorization Letter) EAL so that your representatives can gain access to the base. We will assemble at B-321 for walk through The closing date for this solicitation is 10:00 on Tuesday 7 FEB 17 (EST). Offerors are responsible for ensuring that their quote has been received and is legible. Submit quote to linda.hatfield.2@us.af.mil Government's intent is to award a single contract between the Government and the Contractor, to the lowest responsive, responsible offer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/914AWLGC/FA6670-17-Q-0002/listing.html)
- Place of Performance
- Address: 914th Airlift Wing, Bldg 321 Flight Simulator Facility, Niagara Falls ARS, New York, 14304, United States
- Zip Code: 14304
- Zip Code: 14304
- Record
- SN04364444-W 20170107/170105234541-0f2e229f8d8c3131fdc2cb88dd57839c (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 |