Submit written offers IAW CLIN structure outlined in announcement. A quote template sheet has been provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provides and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARS DPN 20161222. North American Industrial Classification Standard (NAICS) 321918, Other Millwork (Including Flooring) and Size Standard of 500 Employees apply to this procurement.
This acquisition is being conducted as a 100% Women-Owned Small Business Set-Aside IAW FAR 19.1507
Purchase Request #: F4D3D97110AG01
Project Title: Replace Flooring in offices and hallways, Building 1768
1. The Performance Work Statement and the Facility Drawing may be used to assist with proposal preparation and are Attachments 1 and 2.
2. Quotes should conform to the CLIN structure as established in the RFQ Template, Attachment 3.
3. Special Note: Please see Notice to Contractors on RFQ Template regarding Movement of Office and Breakroom Furniture
4. Quotes shall be valid through 9/30/2017.
5. Please see attached documents for detailed description of requirements.
6. Quotes must be sent to Contract Specialist [email protected] no later than 15 Sep 2017, 1200 PM (PST).
The contract will be Firm Fixed Price with the CLIN structure reflected below. The period of performance to be determined from date of award.
The following clauses are incorporated by reference in the final award:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.209-10 Prohibition on Contracting With Inverted Domestic Corporation
52.212-4 Contract Terms and Conditions-Commercial Items
52.219-30 Notice of Set-Aside for Women-owned Small Business Concerns
52.222-3 Convict Labor
52.222-19 Child Labor - Cooperation With Authorities and Remedies
52.222-21 Prohibition of Segregated Facility
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combat Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.242-15 Stop-Work Order
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7006 Billing Instructions
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.225-7001 Buy American Act & Balance of Payments
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea
252.247-7024 Notification of Transportation of Supplies by Sea
The following clauses are incorporated by full text in the final award:
52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders
Fill-in text:
(xii) X (A)
N/A (B)
52.252-2 Clauses Incorporated by Reference
Fill-in Text:
http://farsite.hill.af.mil/
52.252-6 Authorized Deviations in Clauses
(b) Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2)
252.232-7006 Wide Area Workflow Instructions
5352.201-9101 Ombudsman
5352.223-9001 Health and Safety on Government Installations
5352.242-9000 Contractor Access to Air Force Installations
Fill-in Text:
(b): When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current
vehicle registration and a valid vehicle insurance certificate to obtain a vehicle pass. If the state issued license is not REAL ID Act
compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act
Compliant states/identification can be found at: https://www.dhs.gov/current-statusstates-territories
(c): AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management
The following provisions are incorporated by reference in this solicitation:
52.204-7 System for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.211-6 Brand Name or Equal
52.212-1 Instructions to Offerors - Commercial Items
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7004 Alternate A, System for Award Management
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7011 Alternative Line Item Structure
The following provisions are incorporated by full text in this solicitation:
52.212-2 Evaluation - Commercial Items
Fill-in Text:
(a): Lowest Price Technically Acceptable
52.212-3, Alt I Offerors Representations & Certifications - Commercial Items
52.252-1 Solicitation Provisions Incorporated by Reference
Fill-in Text:
http://farsite.hill.af.mil/
52.252-5 Authorized Deviations in Provisions
252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2016 Appropriations (Deviation 2016-O0002) (Oct 2015)
Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award.