SOLICITATION NOTICE
72 -- Wood Gym Flooring
- Notice Date
- 9/15/2025 2:44:15 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- FA6703 94TH CONTRACTING FLIGHT PK DOBBINS AFB GA 30069-4900 USA
- ZIP Code
- 30069-4900
- Solicitation Number
- FA670325Q0020
- Response Due
- 9/18/2025 11:00:00 AM
- Archive Date
- 10/31/2025
- Point of Contact
- Warren Deeds, Phone: 6786555276, Kenneth J. Jacob, Phone: 6786555745
- E-Mail Address
-
Warren.deeds@us.af.mil, kenneth.jacob.1@us.af.mil
(Warren.deeds@us.af.mil, kenneth.jacob.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation 94th Contracting Flight Dobbins Air Reserve Base, Georgia This is a combined synopsis/solicitation 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 solicitation; quotes are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number for this requirement is FA670325Q0020 Amendment 4. Deleting attach 7. Adding 9 addressing a sequencing issue along with Questions and Answers, and Sign in sheet of Site Visit.. All References to �offer� or �offeror� in the clauses and provisions incorporated below are deemed to have the meaning of �quotation� and �quoter� respectively. Any quotation received in response to this RFQ is not binding until the contractor either signs the purchase order issued at time of award, or starts performance. This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2025-05, Defense Acquisition Circular (DAC) 20250807 and Department of the Air Force Acquisition Circular (DAFAC) 2024-1016. In accordance with FAR 52.219-1, the North American Industry Classification System (NAICS) is 238330. The small business size standard is $19M. The Government intends to award a single contract from this solicitation. This acquisition is set aside 100% for Small Businesses in accordance with FAR 19.502-2(a). Contract type will be firm fixed price. DESCRIPTION OF REQUIREMENT: Dobbins ARB requires the repair, screen & Recoat 7,004 sq feet of existing maple floor system. With the Optional Resurface (Deep Sanding & Refinish) as per Section 3.2 in SOW Attachment 9.The Repair, screen & recoat 7,004 sq feet of existing maple floor system. as per the Statement of Work (SOW) in attachment 9.will be covered in CLIN 0001. The Optional Resurface (Deep Sanding & Refinish) as per Section 3.2 in SOW Attachment 9 will be covered in CLIN 0002 Option to be determined at time of award of contract. FOB POINT: Destination, Dobbins ARB, Georgia 30069 NOTES: All offerors must be registered in the SAM database (https://www.sam.gov/portal/public/SAM/). Failure to register will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow (WAWF) to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://piee.eb.mil/ to complete your registration. Registration in WAWF may occur after award. QUOTATIONS SHALL ALSO INCLUDE THE FOLLOWING REQUIRED DOCUMENTATION: 1. Contract Documentation: Completion of FAR 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services, via www.sam.gov and Attachment 2, Offerors Representation and Certifications 2. Price: Quoted prices must be submitted using the Pricing Schedule, attachment 8. Offerors shall insert unit prices in the pricing schedule, rounded to the nearest whole dollar (for example $2.00 not $1.67). Offerors rejecting the terms and conditions may be excluded from consideration. 3. Technical: As per the description. BASIS FOR AWARD: The Government will award on the basis of Lowest Price Technically Acceptable (LPTA). EVALUATION CLAUSE: Reference 52.212-2, Evaluation -- Commercial Items PRICE: Evaluation of price will consider the total prices for the quotes, sum of the total contract line items (CLIN). Each CLIN will be evaluated for fair and reasonable and balance. Prices will be the quantity multiplied by the unit price, rounded to the nearest whole dollar. Funding is available; however, based on quotes received, the Government may award One (1) CLIN or all CLINS. TECHNICAL: As per the Statement of Work. DELIVERY: Each CLIN will follow the directives in the SOW SITE VISIT INFORMATION: Site Visit is scheduled for 10:00 A.M. EDST on 8 Sep 2025. Site visit will begin at Bldg 812, 1538 Atlantic Ave, Dobbins ARB, GA 30069. to attend the site visit, interested parties MUST visit the Visitors Center, located next to the Main Gate, to obtain a visitors pass; ID will be required. A background check will be conducted on you. If you have a felony conviction within the last 10 years, you will not be allowed on base. If you received a Pardon for your conviction, you will not be allowed on base. ONLY ONE (1) SITE VISIT WILL BE HELD/CONDUCTED. You must also submit your Full Name, Date of Birth and Company, Citizenship and Drivers Lic # to the POC's listed below, No Later Than (NLT) 3 Sep 2025 prior to the scheduled site visit which is 10:00 A.M. Wed 8 Sep 2025 . Failure to submit information may result in denial of base access for the site visit. Requests for attendance shall be forwarded to W. Derrick Deeds at warren.deeds@us.af.mil. The Government is not responsible for electronic transmittal failures. Any questions generated from the site visit must be submitted in writing to W. Derrick Deeds at warren.deeds@us.af.mil and Kenneth Jacob at kenneth.jacob.1@us.af.mil. NLT 3:00 PM, 9 Sep 2025. The Contracting Officer will provide clarification(s) through amendment(s) to the solicitation following receipt of any questions. Any questions received after 3:00 PM, 9 Sep 2025 may or may not be answered. Submission of questions prior to the site visit is also encouraged. All vehicles are subject to search and should have on their person a valid driver's license, vehicle registration, and current proof of insurance. Offerors should allow sufficient time. DEADLINE: Quotations will be accepted electronically and must be submitted no later than Thursday, 18 Sep 2025 by 2:00PM EDST. All quotations shall be marked with the RFQ number and title. Emailed questions and quotations shall be sent to both the primary and alternate points of contact identified below with the attention to: CONTACT INFORMATION: Primary Point of Contact: Name W. Derrick Deeds Email: warren.deeds@us.af.mil Phone number 678-655-5276 Alternate Point of Contact: Name Kenneth Jacob Email: kenneth.jacob.1@us.af.mil Phone number 678 655 5745 Attachments: 1. Deleted 2. Offeror Representations and Certifications 3. Provision and Clauses 4. Deleted 5. Deleted 6. Wage Determination 7. Deleted 8. Updated Price Schedule 9. Updated SOW 10. Questions and Answers 11. Site Visist Sign in Sheet.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d41b8a5b5a5f453b8861d20d95f39fb1/view)
- Place of Performance
- Address: Marietta, GA 30069, USA
- Zip Code: 30069
- Country: USA
- Zip Code: 30069
- Record
- SN07591443-F 20250917/250915230051 (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 |