Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2012 FBO #3953
MODIFICATION

Z -- Carpet Replacement

Notice Date
9/18/2012
 
Notice Type
Modification/Amendment
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1TTAV2185A001
 
Archive Date
10/5/2012
 
Point of Contact
Brandy L. Johnson, Phone: 8508825576, Tara Creekmore, Phone: 850-882-0332
 
E-Mail Address
brandy.johnson@eglin.af.mil, tara.creekmore@eglin.af.mil
(brandy.johnson@eglin.af.mil, tara.creekmore@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AFTC, Installation Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for AFOTEC Det 2 Carpet Replacement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The announcement number is F1TTAV2185A001. This requirement is being set-aside for 100% small business. The North American Industry Classification System (NAICS) code for this acquisition is 238330 with a small business standard $14M. Please identify your business size in your response based upon this standard. Item Description Dimensions CLIN 0001: Contractual Service: Furnish all labor, equipment and material To remove existing carpet in building 230, Rooms: 101, 102, 103 104, 105, 110, 114, 115, 116, 117 and Dent Conference Room. CLIN 0002: Furnish all labor, equipment and material to remove existing Carpet in building 349, second floor, AFOTEC Det 2 portion. IAW AFOTEC Det 2 Statement of Work/Specifications: requires contractual service to furnish labor, equipment and materials to remove existing carpet in buildings 230 and 349. Statement of Work is included via attachment. Quoted price should include FOB Destination. Required delivery date is no later than 45 days ARO. IAW FAR 52.237-1 A site visit will be held on 18 September 2012 at Bldg 230 on Eglin Air Force Base, Fl, at 0900. Eglin Air Force Base is located directly off Highway 85 in Valparaiso, FL. the purpose of this site visit will be to tour the installation site on Eglin AFB. The site visit is expected to last approximately two (2) hours total. Please limit your number of attendees to two. In order to attend the site visit you must submit the following documents via email to Brandy Johnson (brandy.johnson@eglin.af.mil) or Tara Creekmore (tara.creekmore@eglin.af.mil), NO LATER THAN 10 September, 2012, 1600 Central Time: (1) Eglin Contractor Access Badge (CAB) Affidavit (See attachment 2) (2) You are required to submit your request for attendance using the attached Base Access Request Template (See attachment 3). The contractor shall submit, via email, a signed written request using the template enclosed on the Base Access Request Template. The letter must be on official company letterhead to the attention of Brandy Johnson (brandy.johnson@eglin.af.mil) or Tara Creekmore (tara.creekmore@eglin.af.mil). The letter must contain the NAME OF THE INDIVIDUAL, SOCIAL SECURITY NUMBER, DATE OF BIRTH, DRIVER'S LICENSE NUMBER, AND THE STATE OF ISSUE. The contracting officer will submit the letter to security forces for processing along with the completed Affidavits of those participating in the Site Visit. We will meet the interested parties for the site visit at the Eglin East Gate Pass and I.D. Office. Questions from the site visit must be submitted in writing within two (2) working (business) days after the site visit. Each question shall reference the specific section or attachment of the solicitation (as applicable) and the corresponding paragraph number. Remarks and explanations at the site visit shall not alter the terms and conditions of the solicitation unless the solicitation is formally amended. Any oral statements made by Government representatives shall not be binding upon the Government; all necessary changes will be made in writing by the Contracting Officer. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-058 effective 18 May 2012, DFARS DPN 20120724 effective 22 May 2012, and AFFARS current thru AFAC 2005-60 effective 26 Jul 2012. This contract incorporates one or more clauses by reference, and have effect as if they are provided in full text. The following provisions and clauses are applicable: The clauses incorporated by reference are: • FAR 52.204-7, Central Contractor Registration (Feb 2012) • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) • FAR 52.204-99, System for Award Management Registration (Aug 2012) (Deviation) • FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) • FAR 52.211-6, Brand Name or Equal (Aug 1999) • FAR 52.212-1, Instructions to Offerors-Commercial Items (Feb 2012) • FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012) • FAR 52.212-4, Contract Terms and Conditions-- Commercial Items (Feb 2012) • FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Execute Orders - Commercial Items (May 2012) • FAR 52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2012) • FAR 52.222-3, Convict Labor (Jun 2003) • FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) • FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) • FAR 52.222-26, Equal Opportunity (Mar 2007) • FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) • FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) • FAR 52.223-11, Ozone Depleting Substances • FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011) • FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) • FAR 52.232-33, Payment by electronic Funds Transfer-CCR (Oct 2003) • FAR 52.233-1, Disputes (July 2002) • FAR 52.233-3, Protest After Award (Aug. 1996) • FAR 52.247-34, F.O.B Destination (Nov 1991) • FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998)  DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009) • DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) • DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alt A (Sep 2007) • DFARS 252.204-7008, Export-Controlled Items (Apr 2010) • DFARS 252.211-7003, Item Identification and Valuation (Jun 2011) • DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items (May 2012), incorporating the following: • DFARS 252.225-7001- Buy American Act and Balance of Payments Program (Oct 2011); • DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); • DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) • DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991) • DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002); Alt III • DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011); • AFFARS 5352.201-9101, Ombudsman (Apr 2010) • H-850 Local clause for WAWF • FAR 52.246-2, Inspection of Supplies - Fixed Price (Aug 1996) • FAR 52.246-4, Inspection of Services - Fixed Price (Aug 1996) Incorporated by full text: • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Please provide a response to clause DFARS 252.209-7999 with your quotation. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. Vendors must be registered in SAM.gov under Central Contractor Registration ( www.ccr.gov and www.sam.gov ) before award can be made. All responses must be received no later than 12:00 P.M., Central Standard Time on 20 SEPT 2012. The quote is at the discretion of the offeror. Send all packages via email to Brandy Johnson at brandy.johnson@eglin.af.mil. For questions, contact the contract administrator, Brandy Johnson at (850) 882-5576.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1TTAV2185A001/listing.html)
 
Place of Performance
Address: Eglin AFB, Florida, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02887252-W 20120920/120919000647-38326d2620607ab5d59a9768608d33a7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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