DOCUMENT
72 -- Carpet Tiles - Attachment
- Notice Date
- 2/16/2018
- Notice Type
- Attachment
- NAICS
- 314110
— Carpet and Rug Mills
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;201 Hay Street Suite-305;Fayetteville, NC 28301
- ZIP Code
- 28301
- Solicitation Number
- 36C24618Q0439
- Response Due
- 2/21/2018
- Archive Date
- 4/22/2018
- Point of Contact
- Jesse Brassart
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Combined Synopsis/Solicitation Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation 36C24618Q0439 is issued as a Request for Quote (RFQ). Offerors must be registered in the System for Award Management (SAM) database to be considered for award. Registration can be made through the website at http://www.sam.gov. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov ). (iii) The Durham VA Medical Center, Durham, NC intends to issue a firm-fixed price contract full and open competition and incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-96. (iv) This solicitation is issued as an SDVOSB set aside Request for Quote (RFQ). Submit written quotes on RFQ Number 36246C18Q0439. The associated NAICS code is 314110 and Small Business size 1,500/employees. (v) This combined synopsis/solicitation is for purchase of the following commercial items (Indicate each item with GSA Contract number or Open-Market): 1. Mohawk Carpet Tile (24x24) 128 Cartons 2. Mohawk Adhesive - Enpress PSA #M001B - 4gallon pail 6 Pails 3. Roppe 700 Series TPR 4" Wall Base - Color: Fawn #140 2,160 Feet 4. APAC 750 Wall Base Adhesive - 30ounce cartridge 15 Cartridges (vi) This is a Brand Name or Equal Solicitation. Offers must provide documentation validating their offer meets each salient characteristic. Salient Characteristics CARPET TILES 24x24, Carpet Tile Equivalent to Mohawk Styles / Color : By the Book Tile / #214 or High Marks Tile / #214 or Take Note Tile / #214 All 128 Cartons must be one of the three Styles / Color or 100 Cartons from one of the three Styles / Color and 28 from one of the remaining two other Styles / Color. Tufted Construction Textured Multi colored Loop 1/12-gauge minimum 7,286 density minimum 123,862 weight minimum Stitches per inch to be 9.8 per inch minimum Finished pile thickness to be.084 minimum Solution Dyed / Yarn Dyed Backing shall be vinyl modular backing. Constructed with a minimum ultra-dense five layers of cushion backing and no growing or shrinking. Polymer type 6,6 nylon Fiber shape hollow filament Fiber type BCF (bulked continuous filament) Antron Legacy Nylon or equal Face weight shall be 17.0 oz. per sq yd or greater Protective treatment - DuraTech soil release technology or equal Duracolor stain resistant system or equal and passes GSA requirements for permanent stain resistant carpet TARR Classification - Severe (3.5 TARR or greater) Sustainability requirements to be Green Label Plus 1098, a minimum of 42% pre-consumer recycled content, Gold NSF 140 Performance requirements to be AATCC 134 Under 3.5 KV, Passes DOC-FF-1-70 PIII Test, and NBS Smoke Chamber NFPA-258 Less than 450 Flaming Mode Warranties lifetime limited carpet tile warranty and lifetime static Performance requirements to be AATCC 134 Under 3.5 KV, Passes DOC-FF-1-70 PIII Test, NBS Smoke Chamber NFPA-258 Less than 450 Flaming Mode RUBBER COVE BASE Durable TPR rubber compound bio-based phthalate free plasticizer Durable and Flexible, will not shrink, gap or cup Height: 4 with 5/8 toe base Length: 48 sections and/or 120 rolls Thickness: 1/8 nominal Inside and Outside corners available Meet Floorscore Certified (indoor air quality certified), NSF332 and CHPS criteria ASTM E84 Flammability to be Class A ASTM F1861 resilient wall base Type TP, Group 2, Style A&B Ribbed back to allow positive adhesion Top lip for tight fit against wall Made in USA Recycleable ADHESIVES Carpet Adhesive Meet carpet tile manufacturer s requirements for warranty purposes Non-Flammable Low Emitting Material low VOC s CRI Green Label Plus approved - Identifies adhesives that are tested by an independent, certified laboratory and meet stringent criteria for low chemical emissions. Quick Tack and Aggressive bond Spread rate to be 140-160 sy per 4 gallons with a 3/8 nap roller or 100-200 sy per 4 gallons with a 1/16 x1/32 X1/32 U-notch trowel Meets or exceeds California SCQAMD Rule 1168 and contains dual antimicrobial protection Rubber Cove Base Adhesive Meet rubber cove base manufacturer s requirements for warranty purposes Non-Flammable Shall comply with the requirements of South Coast Air Quality Management District Rule #1168. SCAQMD Rule #1168 sets volatile organic compound (VOC) limits for adhesives and sealants applied on site. Low Emitting Material low VOC s Green Label Plus approved - Identifies adhesives that are tested by an independent, certified laboratory and meet stringent criteria for low chemical emissions. Non-staining Acrylic-based Flash point (tag) >200 degrees Fahrenheit Consistency smooth, medium paste (vii) Required delivery On-or-Before March 9, 2018. Place of delivery is Durham VA Medical Center, 508 Fulton Street, Durham, NC 27705. Delivery shall be FOB Destination to Durham, NC. (viii) FAR 52.212-1, Instructions to Offerors -- Commercial Items (JAN 2017), applies to this acquisition. Addendum FAR 52.212-1 Provisions apply to this acquisition 52.211-6 Brand Name or Equal (ix) FAR 52.212-2 Evaluation. Commercial items (OCT 2014, applies to this acquisition. This is a competitive selection in which competing offers will be evaluated based on Lowest Price Technically Acceptable. The evaluation process shall proceed as follows. Offers will be initially reviewed for compliance all terms and conditions required by the solicitation. Offers that comply with all terms of the solicitation will then move forward to the next step as detailed below. Offers that do not comply with all terms and conditions of this solicitation may be rejected for noncompliance. Next, offers shall be ranked according to price, including option prices if applicable. An offeror s proposed price will be determined by multiplying the quantities identified in the pricing schedule by the proposed unit price for each contract line item to confirm the extended amount for each item. The extended amounts will be added together to determine the total evaluated price. Next, the lowest priced offer shall be evaluated for technical acceptability. Technical acceptability shall be evaluated on a pass/fail basis considering whether the proposed product meets or exceeds all salient characteristics specified in section (vi) of this Combined Synopsis. If the lowest priced offer is determined technically acceptable, that offer represents the best value to the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offer is not determined technically acceptable, the next lowest priced offer will be evaluated for technical acceptability and the process will continue in order by price until an offer is judged technically acceptable. (x) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2017), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal. If an offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (NOV, 2017) applies to this acquisition. The following clauses under subparagraph (b) apply: (46) 52.225-1, Buy American Act-Supplies (May, 2014) (41 U.S.C. chapter 83). (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). The following clauses apply to this acquisition: (xiii) The following VAAR clauses are also applicable to this acquisition: 852.203-70 Commercial Advertising (JAN, 2008) 852.211-70 Service data Manuals (NOV, 1984) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submission of Payment Requests (NOV, 2012) 852.246-70 Guarantee (JAN, 2008) (xiv) Offerors must submit all questions concerning this solicitation in writing to the Contract Specialist. Questions must be received no later than 7:00 AM EST, February 20, 2018. (xv) Quotes are required to be received in the contracting office no later than 7:00 AM EST on February 21, 2018. All quotes must be emailed to the attention of Jesse Brassart, email address is Jesse.Brassart@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q0439/listing.html)
- Document(s)
- Attachment
- File Name: 36C24618Q0439 36C24618Q0439.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4090464&FileName=36C24618Q0439-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4090464&FileName=36C24618Q0439-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24618Q0439 36C24618Q0439.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4090464&FileName=36C24618Q0439-000.docx)
- Place of Performance
- Address: Durham VAMC;508 Fulton Street;Durham, NC 27705
- Zip Code: 27705
- Zip Code: 27705
- Record
- SN04827379-W 20180218/180216231619-2ed796c3bdae16cab8d8746d41f2ecf2 (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 |