Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2025 SAM #8471
SOLICITATION NOTICE

Z -- Asbestos, Carpet, and Furniture removal

Notice Date
2/3/2025 10:02:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
FA4686 9 CONS PKP BEALE AFB CA 95903-1702 USA
 
ZIP Code
95903-1702
 
Solicitation Number
FA468625Q0006
 
Response Due
2/25/2025 10:00:00 AM
 
Archive Date
02/25/2025
 
Point of Contact
Kyle Kline, Phone: 5306343374, Candice Woods, Phone: 5306348658
 
E-Mail Address
Kyle.Kline.2@us.af.mil, candice.woods@us.af.mil
(Kyle.Kline.2@us.af.mil, candice.woods@us.af.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
This is a combined synopsis/solicitation for commercial products or commercial services 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. (ii) The solicitation number is FA468625Q0006 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulation 2024-07. (iv) This requirement will be set-aside as a Service Disabled Veteran owned Small Business Concern and the associated NAICS code is 238990 - All other Specialty trade contractors and a small business size standard of $19M. (v) A list of line item number(s) and items, quantities, and units of measure is identified in Attachment 1, Section B - Supplies or Services & Prices or Costs. Offerors shall return completed as part of quote submission. (vi) Description of requirement: The Contractor shall furnish all supervision, labor, tools, equipment, materials, operations, and incidentals as required to complete the following work: Carpet Removal and Installation. The Contractor shall remove and install new carpet in Building 2419 in all in all offices, hallways, and rooms except for areas with existing tile. Contractors shall follow ordering procedures listed in AFICC Launchpad. 2.1.1.Requirements: Building 2419 and all offices and rooms except altar area. Furniture Removal and Storage. Due to the installation of the new carpet in building 2419, the Contractor is responsible for moving furniture to a storage area and then back into the office once the carpet installation is complete. Contractor shall move all furniture from all carpeted areas within the legal office. Combines office size is approximately 6300 sq ft. All furniture shall be place in its original positions. Asbestos Abatement. The Contractor shall remove/abate the asbestos containing material (ACM) that was identified in two rooms within Building 2419, before the installation of the new carpet. (vii) Date(s) and place(s) of delivery and acceptable and FOB point is identified in Attachment 1, Section F - Deliveries or Performance Schedules. (ix) The provision at 52.212-2, Evaluation - Commercial Products and Commercial Services, applies to this acquisition and the specific evaluation criteria to be included is identified in Attachment 1. (x) Offerors shall included a completed copy of the provision at 5.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions- Commercial Products and Commercial Services, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Commercial Products and Commercial Services, applies to this acquisition and the additional FAR clauses cited in Attachment 1 are applicable to the acquisition. (xiii) There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) necessary for this acquisition. (xiv) The Defense Priorities and Allocation Systems (DPAS) and assigned rating is not applicable. (xv) Offers are due 25 February 2025 at 10:00 AM PST to the POCs identified in the Contact Information Section of this notice. **A site visit will be held for this requirement on the date listed in Attch 3- Site Visit Information. Please review full attachment for instructions on when EALs and questions are due to the Government.**
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f36f2165fdf94a78b53719e2ce478b04/view)
 
Place of Performance
Address: Beale AFB, CA 95903, USA
Zip Code: 95903
Country: USA
 
Record
SN07330788-F 20250205/250203230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.