Federal Bid

Last Updated on 15 Oct 2019 at 8 AM
Combined Synopsis/Solicitation
Wolfe West virginia

Building 1600, Rooms 510 and 523B Gerflor Installation

Solicitation ID F1S2AA9217AQ01
Posted Date 27 Sep 2019 at 8 PM
Archive Date 15 Oct 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Air Force Test Center (Aftc) - Edwards
Agency Department Of Defense
Location Wolfe West virginia United states

 

 

 

 

Combined Synopsis/Solicitation - F1S2AA9217AQ01

 

This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. Quotes are being requested and an additional written solicitation will not be issued. This is a request for quotation (RFQ). All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2019-01, AFAC 2018-0525 and DFARs Change Notice (DPN) 20181031. NAICS is 326299 with a business size standard of 500 employees.

 

This is a commercial acquisition with a 100% Small Business Set-Aside.

The Air Force Flight Test Center (AFFTC), at Edwards AFB, CA is seeking to purchase Brand Name:  Gerflor GTI MAX, 1249 Tramontana rubber interlocking tiles for 7,734 Square Feet, including 1200 Linear Feet of 24"x 24" tiles and Type TS - Thermoset Rubber, Group I (solid): 6" (15.24 mm) Height, Burke Cove Base #701 (Black). The total of the materials listed shall be used between rooms 510 and 523B in building 1600. The breakdown of the requirement is listed in the following paragraph.

This announcement constitutes the only solicitation.  Quotes are requested and a written solicitation will not be issued.  This is the Request for Quotation (RFQ) for potential sources capable of providing all supervision, labor, material, transportation and equipment to remove existing carpet and cove base, and install Gerflor GTI MAX, 1249 Tramontana rubber interlocking tiles for 7,734 Square Feet, including 1200 Linear Feet of 24"x 24" tiles and Type TS - Thermoset Rubber, Group I (solid): 6" (15.24 mm) Height, Burke Cove Base #701 (Black) The listed materials shall be used in the following rooms:

Room 510 (1st and 2nd floor):  Remove existing 6,678 square feet of carpet and 941 linear feet of cove base.  Install Gerflor interlocking tiles for 6,678 square feet.  Gerflor, GTI Max, 1249 Tramontana, 24"x 24" tiles and 1000 linear feet of Type TS - Thermoset Rubber, Group I (solid): 6" (15.24 mm) Height, Burke Cove Base #701 (Black) shall be used.

Room 523B:  Remove existing 1,056 square feet of carpet and 124 linear feet of cove base.  Install Gerflor interlocking tiles for 1,056 square feet.  Gerflor, GTI Max, 1249 Tramontana, 24"x 24" tiles and 200 linear feet of Type TS - Thermoset Rubber, Group I (solid): 6" (15.24 mm) Height, Burke Cove Base #701 (Black) shall be used.

 

The specifications are outlined in the Statement of Work and are attached to this solicitation.

BRAND NAME:  Gerflor GTI MAX

Performance Requirements:

Work to be completed in Bldg. 1600, Rooms 510 and 523B

Vendor must be able to provide the following items:

Item Number

Description

QTY/Unit of measure

Price per Square Foot

Total

CLIN 0001.

Gerflor GTI Max,1249 Tramontana Rubber Interlocking Tiles, 24 inch by 24 inch

7,734 Sq. Ft.

 

$

CLIN 0002.

Removal of Existing Carpet

7,734 Sq. Ft

 

$

CLIN 0003.

Removal of Existing Cove Base

1,065
LN. Ft.

 

$

CLIN 0004.

Type TS - Thermoset Rubber, Group I (solid): 6" (15.24 mm) Height, Burke Cove Base #701 (Black) shall be used

1200 LF

 

$

CLIN 0005.

Labor

7,734 Sq. Ft.

 

$

Grand Total

$

 

Please use provided CLIN structure to submit your quote (CLINs 0001 - 0005).

Interested parties who believe they can meet the requirements described in this synopsis are invited to submit in writing a complete quote, including delivery FOB destination (Edwards AFB, CA 93524). Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis/solicitation.

 

The government will be evaluating quotes IAW FAR 52.212-2 - Evaluation --Commercial Items (OCT 2014).

 

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:

 

•i.                    Price

•ii.                  Technical capability of the offer to meet the Government requirement

 

Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded.

 

The following provisions and clauses apply:

 

Source

Clause/ Provision

Title

Date

FAR

52.203-19

Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

Jan 2017

FAR

52.204-7

System for Award Management

Oct 2016

FAR

52.204-10

Reporting Executive Compensation and First-Tier Subcontract Awards

Oct 2018

FAR

52.204-16

Commercial and Government Entity Code Reporting

Jul 2016

FAR

52.204-18

Commercial and Government Entity Code Maintenance

Jul 2016

FAR

52.212-1

Instructions to Offerors -- Commercial Items

Jan 2018

FAR

52.212-2

Evaluation -- Commercial Items

Oct 2014

FAR

52.212-3

Offeror Representations and Certifications -- Commercial Items

Oct 2018

FAR

52.212-3 Alt 1

All Solicitations over the micro-purchase threshold for DoD, NASA, CG purchases (Use 52.212-3 with its Alternate I).

Oct 2014

FAR

52.212-4

Contract Terms and Conditions -- Commercial Items

Jan 2017

FAR

52.212-5

Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items

Oct 2018

FAR

52.219-6

All solicitations and contracts set-aside for total small business set-asides or reserves.

Nov 2011

FAR

52.222-3

Convict Labor

Jun 2003

FAR

52.222-19

Child Labor--Cooperation With Authorities and Remedies. All solicitations and contracts for supplies exceeding the micro-purchase threshold.

Jan 2018

FAR

52.222-21

Prohibition of Segregated Facilities

Apr 2015

FAR

52.222-36

Equal Opportunity for Workers With Disabilities

Jul 2014

FAR

52.222-50

Combating Trafficking in Persons

Mar 2015

FAR

52.223-18

Encouraging Contractor Policies to Ban Text Messaging While Driving

Aug 2011

FAR

52.225-3

Buy American Act--Free Trade Agreements--Israeli Trade Act

May 2014

FAR

52.225-3 Alt 1

Buy American Act--Free Trade Agreements--Israeli Trade Act

May 2014

FAR

52.232-33

Payment by Electronic Funds Transfer-- System for Award Management

Oct 2018

FAR

52.252-2

Clauses Incorporated by Reference

Feb 1998

DFARS

252.203-7000

Requirements Relating to Compensation of Former DoD Officials

Oct 2016

DFARS

252.203-7002

Requirement to Inform Employees of Whistleblower Rights

Sep 2013

DFARS

252.203-7005

Representation Relating to Compensation of Former DoD Officials

Nov 2011

DFARS

252.204-7008

Compliance with Safeguarding Covered Defense Information Controls

Oct 2016

DFARS

252.204-7012

Safeguarding Covered Defense Information and Cyber incident Reporting

Oct 2016

DFARS

252.204-7015

Notice of Authorized Disclosure of Information for Litigation Support

May 2016

DFARS

252.211-7003

Item Unique Identification and Valuation

Mar 2016

DFARS

252.223-7008

Prohibition of Hexavalent Chromium

Jun 2013

DFARS

252.225-7000

Buy American--Balance of Payments Program Certificate

Nov 2014

DFARS

252.225-7001

Buy American and Balance of Payments Program

Dec 2017

DFARS

252.232-7003

Electronic Submission of Payment Requests and Receiving Reports

Jun 2012

DFARS

252.232-7006

Wide Area WorkFlow Payment Instructions

May 2013

DFARS

252.232-7010

Levies on Contract Payments

Dec 2006

DFARS

252.244-7000

Subcontracts for Commercial Items

Jun 2013

DFARS

252.247-7023

Transportation of Supplies by Sea

Apr 2014

AFFARS

5352.223-9000

Elimination of Use of Class I Ozone Depleting Substances (ODS)

Nov 2012

AFFARS

5352.223-9001

Health & Safety on Government Installations

Nov 2012

AFFARS

5352.242-9000

Contractor Access to the Air Force Installations

Nov 2012

AFFARS

5352.201-9101

Ombudsman

Jun 2016

 

 

 

 

 

 

 

 

         

 

Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB destination Edwards AFB, CA 93524.  Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis.

 

CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION.  INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. 

The following provisions and clauses apply: Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-2 Evaluation-Commercial Items; the following factor shall be used to evaluate offers: Lowest price technically acceptable offer, Technically acceptable is meeting all minimum salient characteristics; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions; 52.222-36, Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program: The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials, 252.211-7003, Item Identification and valuation; 252.232-7010. Ombudsman; 5352.242-9000,

Offers are due to Air Force Test Center (AFTC), Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, no later than 30 September 2019 at 8:00 a.m. PST. All offers are to be sent via email to [email protected]. Phone: 661-277-7707.

 

Bid Protests Not Available

Similar Past Bids

Wolfe West virginia 25 Sep 2019 at 4 PM
Wolfe West virginia 25 Sep 2019 at 4 PM
Wolfe West virginia 25 Sep 2019 at 4 PM
Edwards California 16 Jun 2020 at 10 PM
Wolfe West virginia 04 Jun 2019 at 3 PM

Similar Opportunities