Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,2000 PSA#2671

Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 555 Seventh Street, Suite 113, Columbus AFB, MS, 39710-1006

72 -- FLOOR COVERING SERVICE IDIQ SOL F22608-00-T-0515 DUE 093000 POC gloria hawkins, contract specialist, Phone 662/434-7777, Fax 662/434-7764, Email gloria.hawkins@columbus.af.mil -- Waimon Hendrix, Contract Specialist, Phone (662)434-7796, Fax (662)434-7764, Email WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F22608-00-T-0515&LocID=586. E-MAIL: gloria hawkins, gloria.hawkins@columbus.af.mil. This is a combined synopsis/solicitation for commercial items in accordance with the format in the FAR, subpart 12.6, as supplemented with additional information provided in this notice. This announcement constitutes the only solicitation. A quote is being requested and a written solicitation will not be issued. The attachments contained in this combined synopsis/solicitation including any amendments will be posted solely on the Electronic Posting System (EPS). Paper copies are not available. Solicitation number F22608-00-T-0515 project number EEPZ 00-2006 is issued as a request for quotation (RFQ). The contract type is a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) for floor covering services at Columbus AFB MS and Auxiliary Field in Shuqualak MS. All work shall be accomplished in accordance with the statement of work (SOW) and specifications. Floor covering services shall be provided on an as needed basis and include but are not limited to purchasing and installing carpeting, padding, cove base, wood base, edge molding, inlaid sheet flooring and ceramic tiles as well as installing government provided floor covering materials. Services also include but are not limited to removing and properly disposing of existing floor coverings, leveling floors, patching walls and moving both systems (modular) and traditional office furniture. The performance period will be for one basic year and four option years. The guaranteed minimum is $25,000.00 over the life of the contract, the minimum task order amount is $1,500.00, and the maximum task order amount is $99,999.00. The estimated contract amount shall not exceed $99,999.00 in either the basic year or either of the individual option years. This combined synopsis/solicitation is a 100% set-aside for small business, the standard industrial code (SIC) is _5713___ and the small business size standard is $5.0 million. The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-18. Submit signed anddated quotes to 14CONS/LGCA, 555 Seventh St., Suite 113, Columbus AFB, MS 39710-1006 or fax to 662-434-7764 on or before 3:00 PM (CST) on 08 Sep 2000. The following clauses and provisions are incorporated and will remain in full force in any resultant contract: FAR 52.212-1 Instructions to Offeror-Commerical Items (Mar 2000) and its addenda is incorporated by reference and applies to this solicitation. The provision 52.212-2 Evaluation-Commercial Items (Jan 1999) is applicable. Evaluation factors are experience, past performance and price. The evaluation factors will be evaluated as being substantially equal. Each offer shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2000) with its quote and submit certification of a minimum of 5 years in business and 5 years experience in installation in the area of work required to perform this service. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 1999) and any additional clauses added by its addenda are incorporated by reference and full text applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Aug 2000) are incorporated by reference; however, for paragraphs (b) and (c) the following clauses apply: FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.222-26 Equal Opportunity (Feb 1999); FAR 52.222-35 Affirmative Actions for Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.222-36 Affirmative action for workers with Disabilities (29 U.S.C. 793) (Jun 1998); FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999); FAR 52.232-33 Payment By Electronic Funds-Central Contractor Registration (May 1999); FAR 52.222-41 Services Contract Act of 1965, as amended (May 1989); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989); FAR 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (May 1989). The following clauses are incorporated by reference and applies to this acquisition: FAR 52.219-6 Notice of Total Small Business Set-Aside (Jul 1996) DFARS 252.204-7004 Required Central Contractor Registration (Mar 2000); DFARS 252.209-7003 Compliance With Veterans' Employment Reporting Requirements (Mar 1998); DFARS 252.225-7000 Buy American Act -- Balance of Payments Program Certificate (SEP 1999); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Mar 1998); 5352.214-9000 Smoking in AETC Facilities (AETC) (Jul 1993); AFARS 5352.216-9001 Awarding Orders Under Multiple Award Contracts (May 1996); 5352.217-9000 Option Clause Limitation Notice (AETC) (Jul 1994); AFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (May 1996); AFARS 5352.223-9001 Health and Safety on Government Installations (Jun 1997); AFARS 5352.237-9000 Control and Release of Inspector General Reports (May 1996); 5352.237-9002 Utilities Conservation (AETC) (Jul 1993); AFARS 5352.242-9000 Contractor Access to Air Force Installations (May 1996). To be eligible for award interested parties shall be registered in the Central Contractor Registration (CCR), have a minimum of five (5) years experience in the area of work required to perform this service and been in business a minimum of five (5) years. Wage Determination 94-2295 (Rev. 13) as revised 04 Jun 2000 applies to this solicitation. Inquiries shall be submitted in writing to Gloria Hawkins via fax (662) 434-7764 or emailed to (gloria.hawkins@columbus.af.mil). Posted 08/22/00 (D-SN488949). (0235)

Loren Data Corp. http://www.ld.com (SYN# 0314 20000824\72-0001.SOL)

72 - Household and Commercial Furnishings and Appliances Index  |  Issue Index |


Created on August 22, 2000 by Loren Data Corp. -- info@ld.com