Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
SOLICITATION NOTICE

72 -- Flooring Requirement - Solication

Notice Date
8/16/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314110 — Carpet and Rug Mills
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W913E518R0008
 
Archive Date
9/13/2018
 
Point of Contact
Robert J. Jones,
 
E-Mail Address
robert.j.jones@usace.army.mil
(robert.j.jones@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation 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; proposals are being requested and a written solicitation will not be issued. The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) has a requirement for flooring replacement in various rooms at its Hanover, NH facility. This RFP will result in the award of a requirements contract for a five (5) year ordering period. The Contractor shall provide all materials and services necessary to accomplish the tasks as described in the Performance Work Statement (PWS). Flooring surfaces vary by room between carpet, porcelain, and vinyl. Please reference the attached RFP for the PWS, as well as all applicable provisions and clauses. The following factors shall be used to evaluate offers: Technical capability to meet the Government's requirement, Delivery/Response Time, and Total Evaluated Price. Technical Capability: Proposals shall demonstrate experience and success in commercial installation of each type of flooring and the associated base and accessories within the last two (2) years. Demonstration could mean pictures with businesses and contract information and/or letters of recommendation. Note:Work done for ERDC - CRREL can be identified. Clearly delineate capability of adhering to ALL requirements specified in Section C. If quote mark equal quote mark product(s) will be proposed IAW FAR provision 52.211-6 Brand Name or Equal, provide a clear and descriptivequote mark crosswalk quote mark between the flooring specified in Section C and the quote mark equal quote mark product being proposed for approval. Delivery Schedule/Response Time: The proposal shall demonstrate the offeror's ability to adhere to the delivery and response times indicated in Section G4 and G5 of the RFP. Demonstration shall be more than a generic statement that the times can be met. Identifying how the offeror is capable of meeting the delivery/response times is highly recommended. Pricing: The proposal shall include all items listed in the pricing table in Section B of the attached RFP. Failure to submit prices for any of the items will deem a proposal quote mark Unacceptable quote mark and no other evaluation will be completed. The fixed prices proposed, if deemed fair and reasonable, will become part of the award. All subsequent Requests for Quote (RFQ) issued against the base contract shall only quote the applicable flooring's fixed labor price and fixed price per unit of material that is identified in the pricing table in section B. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government reserves the right to award to other than the lowest price if an offer is found technically acceptable and the proposed performance schedule is more favorable than that of other offerors. Please provide responses to this notice no later than 29 August 2018 12:00 PM Central Time, to: Robert.J.Jones@usace.army.mil Telephone responses will not be accepted. * Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM),have no active exclusions, and complete representations and certifications. This system combines data that was formerly contained in the Central Contractors Registration (CCR), Online Representation and Certifications (ORCA), and the Excluded Parties List System (EPLS). For more information, review the SAM website at https://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W913E518R0008/listing.html)
 
Place of Performance
Address: 72 Lyme Road, Hanover, New Hampshire, 03755, United States
Zip Code: 03755
 
Record
SN05040542-W 20180818/180816231236-5b26a06f628c2ab72b11742411e3aef3 (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.