Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 2, 2001 PSA #2948
SOLICITATIONS

N -- REMOVE AND INSTALL CARPET, BLDG 400

Notice Date
September 28, 2001
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 300 O'MALLEY AVE., SUITE 49, Schriever AFB, CO, 80912-3049
ZIP Code
80912-3049
Solicitation Number
F55CER12711500
Response Due
September 29, 2001
Point of Contact
SSgt Jason Thomas, Contracting Specialist, Phone (719)567-3451, Fax (719)567-3438, Email jason.thomas@schriever.af.mil -- A1C Jessica Barnes, Contracting Specialist, Phone 719-567-3836, Fax 719-567-3438, Email jessica.barnes@schriever.af.mil
Description
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR part 12.6, as supplemented with additional information included in this notice, and is in accordance with FAR 13.5. This announcement constitutes the only occasion for solicitation. Quotes are being requested and an additional written solicitation shall not be issued. This solicitation, F55CER12711500, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Federal Acquisition Circular 20001213. The North American Industry Classification (NAICS) code is 235520, Floor Laying and Other Floor Contractors, and the business size standard is $11.5 million. The proposed contract will be set-aside for small business. ITEM DESCRIPTION: Line item 0001: The contractor shall provide support and labor to remove old carpet (4337 sq yards), install Government Furnished Carpet (4337 sq yds) and remove old cove base (8586 sq yds) and install Contractor Furnished new black cove base (8586 sq yds) on the 1st, 2nd and 3rd floor hallways in Bldg 400, Schriever AFB, CO. The provisions at FAR 52.252-1 (Solicitation Provisions Incorporated by Reference), FAR 52.252-2 (Clauses Incorporated by Reference), the provisions at FAR 52.212-1, "Instructions to Offerors-Commercial" apply to this acquisition. The provisions at FAR 52.212-2, "Evaluation-Commercial Items" apply to this acquisition. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS provision 252.212-7000, Offeror Representations and Certifications -- Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda: U.S. Dept. of Labor Wage Determination No. 94-2079, Rev. 18, applies. 252.204-7004, Required Central Contractor Registration. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items" and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items" applies to this acquisition along with the following additional clauses: 52.219-6, Notice of Total Small Business Set-aside, 52.219-8, Utilization of Small Business Concerns, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.225-11, Restriction on Certain Foreign Purchases 52.225-19, Sanctioned European Union Country Services 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41, Service Contract Act of 1965, As Amended 52.222-42, Statement of Equivalent Rates for Federal Hires Maintenance Mechanic, Employee Class, WG-8, Monetary Wage $13.41 and Fringe Benefits $2.02, 52.233-3, Protest After Award, 52.245-2, Government Property (Fixed Price Contracts), 52.245-4, Government Furnished Property (Short Form), 52.246-4, Inspection of Services ? Fixed Price. In accordance with FAR 52.212-2 (Evaluation -- Commercial Items), award will be based on price and other price-related factors. Pricing will include all charges/fees. Proposals will be submitted in writing, and signed by an individual with the authority to bind their respective company; (electronic submissions via fax are acceptable), to 50 CONS/LGCA, Attn: Jason Thomas, 300 O?Malley Ave, Ste 49, Schriever AFB, CO 80912-3049. Fax (719) 567-3438. Proposals will be accepted until 2:00 P.M., (Mountain Time), September 29, 2001. Point of Contacts: Jason Thomas, Contract Specialist, Phone (719) 567-3451, e-mail jason.thomas@schriever.af.mil. Leo N. Lombardo, Jr., Contracting Officer, Phone (719) 567-3450, e-mail leo.lombardo@schriever.af.mil.=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFSC/50CS/F55CER12711500/listing.html)
Record
Loren Data Corp. 20011002/NSOL002.HTM (D-271 SN50Z219)

N - Installation of Equipment Index  |  Issue Index |
Created on September 29, 2001 by Loren Data Corp. -- info@ld.com