SOLICITATION NOTICE
72 -- CARPET REMOVAL AND INSTALLATION - Comb Synopsis/Solicitation
- Notice Date
- 8/6/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, 189 MSG/MSC, AR ANG, 112 CMS Williams Drive, LITTLE ROCK AFB, Arkansas, 72099-4802, United States
- ZIP Code
- 72099-4802
- Solicitation Number
- W912JF18Q5024
- Archive Date
- 9/5/2018
- Point of Contact
- Hope L. Townes, Phone: 5019871061
- E-Mail Address
-
hope.l.townes.mil@mail.mil
(hope.l.townes.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Justification Solicitation SOW 189AW CARPET REMOVAL AND INSTALLATION - BLD 122 and 139 Please see attached RFQ and SOW for full details. RFQ Number: W912JF18Q5024 Request Date: 08/06/2018 Site Visit: A site visit will be conducted on Tuesday, 14 Aug 2018 at 9:00 AM CST starting at Building 122. If you would like to attend, please email MSgt Hope Townes at hope.l.townes.mil@mail.mil before 4:00 PM, Monday, 13 Aug 2018. This site visit is for the measuring and verification of all estimates. Attendance is highly encouraged but not mandatory to submit a quote. Question and Answer Deadline: The deadline for questions and answers is Thursday, 16 August 2018 at 11:00AM CST. Please submit via email to both the POCs list below. Solicitation Deadline: The solicitation deadline is Tuesday, 21 August 2018 at 11:00 AM CST. Submit all offers in response to this synopsis/solicitation via email to both the POCs listed below. Set Aside: This is a 100% Total Small Business set-aside. NAICS: The applicable North American Industry Classification System (NAICS) code is 238330 with a size standard of $15M. Period of Performance: POP is 30 days after receipt of contract. Purchase Description: Brand Name or Equal Contract Vehicle: Purchase Order Points of Contact: MSgt Hope Townes, E-mail: hope.l.townes.mil@mail.mil SSgt Ryan Bernaiche E-mail: ryan.j.bernaiche.mil@mail.mil Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. This is a combined synopsis/solicitation for commercial items 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 solicitation; written quotations are being requested and a written solicitation will not be issued. The Government reserves the right to award without discussions. This solicitation is being issued as a Request for Quotation for the removal and disposal of the existing carpet and resilient floor base in selected locations in BLDGS 122 and 139 and replacement with new modular carpet tiles, new transition strips and resilient floor base. All items will be delivered F.O.B. destination to include delivery and installation. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The Contract will be awarded to the Contractor with the lowest priced proposal that meets the minimum technical requirements of the attached Statement of Work (SOW). Past performance is a consideration in all awards SUBMISSION GUIDELINES: Submitted quotes must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) details of product to be provided for each requirement identified with pricing; (5) proposal should be submitted under company letterhead, with DUNS number, FTID, company Name, Address and POC included. Reference the PR solicitation number in the subject line of the RFQ response. There is no additional requirement to submit a history of past performance on similar projects. Past Performance will be evaluated utilizing a combination of information obtained from the Past Performance Information Retrieval System (PPIRS), and the Federal Awardee Performance and Integrity Information System. Prior to award, the vendor must be registered and have completed online representations and certifications in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. See attached RFQ and SOW for full details
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA03-2/W912JF18Q5024/listing.html)
- Place of Performance
- Address: 189AW ANG Campus, 112 MSgt Dan Wassom Rd, Jackonsville, Arkansas, 72099, United States
- Zip Code: 72099
- Zip Code: 72099
- Record
- SN05022596-W 20180808/180806231213-20770de07e9138237cc7c2e4a6628020 (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 |