SOLICITATION NOTICE
72 -- Carpet Bldg. 683
- Notice Date
- 7/30/2004
- Notice Type
- Solicitation Notice
- NAICS
- 442210
— Floor Covering Stores
- Contracting Office
- Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St Suite 102, McConnell AFB, KS, 67221-3606
- ZIP Code
- 67221-3606
- Solicitation Number
- FA4621-04-Q-0048
- Response Due
- 8/16/2004
- Archive Date
- 8/31/2004
- Point of Contact
- Patrick Butler, Contract Specialist, Phone 316-759-4520, Fax 316-759-4507, - Kenneth Williams, Contract Specialist, Phone 316-759-4519, Fax 316-759-4538,
- E-Mail Address
-
patrick.butler-02@mcconnell.af.mil, kenneth.williams2@mcconnell.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis solicitation for commercial items 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. Solicitation No. FA4621-04-Q-0048 is a Request for Quotation (RFQ). The Solicitation Document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Federal Acquisition Circular (FAC) Fac 2001-24, Effective 19 Jul 2004 Class Deviation 2004-o0001. The solicitation is 100% Small Business set aside. The NAICS/SIC code is 442210/5713 and the small business size standard is 500 employees. This solicitation is for the following: CLIN 0001: The contractor shall provide all personnel, equipment, tools, materials, supplies, supervision and transportation necessary to replace carpet, pad, cove base and transitions strips as specified in Bldg. 683; consisting of approximately 400 sq. yds of Cambridge Commercial Carpet, Turnberry, Part No. 26901 Birdie or equal; and approximately 750 ft of cove base, Johnsonite, Part No. 85, Burgundy. The contractor shall coordinate with the Contract Administrator so as to allow Government personnel to move all items resting on floors from rooms needing carpeting/cove base removal and installation in phases. Said coordination shall be in writing, and delivered to the Contract Administrator no less than 10 business days prior to the contractor requiring access to a set of rooms. No more than 5 rooms shall be vacated at any one time, as the building shall still remain in use by Government personnel for mission purposes. The contractor shall properly dispose of all carpet and cove base removed as well as any rubbish created as a result of this project. Installation shall be performed in a workmanlike manner and in full compliance with manufacturer?s recommendations so as to preserve all warranties. FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS SUBMISSION OF OFFERS (JAN 2004) AND FAR 52.212-2 EVALUATION OF COMMERCIAL ITEMS (JAN 1999). Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted by letter, FAX or email. Offers must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, email address and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation; (5) Terms of any express warranty; (6) Price and any discount terms; (7) A completed copy of the representations and certifications at FAR 52.212-3; (8) Acknowledgment of Solicitation Amendments; (9) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and substitutions pursuant to Offers that are incomplete or that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement; price; and past performance. Technical and past performance, when combined, are approximately equal to cost or Awards shall be made to the offeror who provides the overall best value to the government. Delivery and acceptance shall be within 60 days after receipt of award FOB Destination, McConnell AFB. FAR 52.212-5 CONTRACT TERMS AND CONDITI0NS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Apr 2004) (DEVIATION), applies to this acquisition. These additional clauses are incorporated by Reference: 52.211-6 ? BRAND NAME OR EQUAL (Aug 1999), 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JUN 2003), 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (FEB 2002), 52.225-1 BUY AMERICAN ACT SUPPLIES (JUN 2003), 52.232-18 AVAILABILITY OF FUNDS (APR 1984), 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER CENTRAL CONTRACTOR REGISTRATION (MAY 1999), 52.242-17 GOVERNMENT DELAY OF WORK (Apr 1984), 52.243-5 CHANGES AND CHANGED CONDITIONS (Apr 1984), 52.247-34 F.O.B. DESTINATION (Nov 1991), 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (Nov 2001), 252.225-7000 BUY AMERICAN ACT BALANCE OF PAYMENTS PROGRAM CERTIFICATE (Apr 2003 ), 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM Apr 2003), 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Mar 2003), 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (Jun 1997). CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (Jun 2002) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. The contractor shall submit a written request on MCConnell AFB Form 114 to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (Apr 1984) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of? (DEVIATION)" after the date of the clause. The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 5352.215-9001 NOTICE OF PRE-BID/PRE-PROPOSAL CONFERENCE (May 1996) A pre-bid/pre-proposal conference will be conducted, commencing at Visitors Center, Rock Road Gate, McConnell AFB, Wichita, KS on 9 August 2004 at 10:00 AM and proceeding to Bldg. 683 McConnell AFB. Please submit the names of all attendees (limit two (2) per offeror) to POC designated below, prior to 6 August 2004. This information must be provided in advance in order to ensure access to the military base and adequate seating for the conference attendees. Participants shall be required to produce a valid drivers license, vehicle registration and proof of insurance in order to access McConnell AFB. Bidders/Offerors are requested to submit questions to the point of contact noted above not later than 10 August 2004 at 4:00 PM CDT. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. A record of the conference shall be made and furnished to all prospective bidders/offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. The closing date for this solicitation will be 16 August 2004, 4:00 PM CST Time. Point of Contact: Patrick Butler, Contract Specialist, Phone: (316) 759-4520, Fax: (316) 759-4538, E-mail: Patrick.Butler-2@McConnell.af.mil. Alternate Point of Contact Kenneth Williams Phone: (316) 759-4519, Fax: (316) 759-4538, E-mail: Kenneth.Williams2@McConnell.af.mil.
- Place of Performance
- Address: Bldg. 683, McConnell AFB, Wichita, KS
- Zip Code: 67221-3606
- Country: USA
- Zip Code: 67221-3606
- Record
- SN00633894-W 20040801/040730212256 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |