Federal Bid

Last Updated on 28 Jul 2018 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Building 444 Carpet

Solicitation ID FA4855-18-Q-0013
Posted Date 03 Jul 2018 at 5 PM
Archive Date 28 Jul 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4855 27 Socons Lgc
Agency Department Of Defense
Location United states

i)This is a combined synopsis/solicitation for commercial items prepared in accordance with theformat
in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented withadditional information
included in this notice. This announcement constitutes the onlysolicitation; proposals are being
requested and a written solicitation will not be issued.

ii)This is a Request for Quotation (RFQ), solicitation number FA4855‐18‐Q‐0013.

iii)The solicitation document and incorporated provisions and clauses are those in effect throughFederal
Acquisition Circular FAC 2005‐99 and Defense Change Notice 20180601.

(iv)This acquisition is set‐aside 100% for Small Business. The NAICS code is 314110 and theSmall
Business Size Standard for this NAICS code is 1,500 employees.

(v) Building 444 Carpet.

The carpet must be purchased through one of the following mandatory sources:

Shaw Inc. ‐‐ Contract #: FA8057‐17‐C‐0002
Web: www.shawcontractgroup.com
POC: Farrah Finley
Phone: (888) 393‐2830 pin 2273 (BASE) Email: [email protected]

J+J Flooring Group ‐‐ Contract #: FA8057‐17‐C‐0003
Web: jjflooringgroup.com
POC: Kay Henderson
Phone: (800) 241‐4586 x8389
Email: [email protected]

Mohawk ‐‐ Contract #: FA8057‐17‐C‐0004
Web: www.mohawkgroup.com
POC: AnnaLeigh Warmack
Phone: (800) 622‐6228 x46554
Email: [email protected]

CMA‐Milliken Contract#: FA8057‐17‐C‐0005
Web: www.cma‐gsa.com
POC: Paul Snyder; Betty King
Phone: (888) 669‐9772
Email: AirForceCarpetBPA@cma‐purchasing.com

Offerors must first buy carpet from a mandatory source and provide the Government with the price
quoted by the source. The final quote must incorporate the cost of carpet from mandatory source and
the your cost of installation. Interested vendors can measure and survey the area please contact the
POC's for this solicitation to work out a date. The survey must take place before the closing of this
solicitation.

All Intrested Parties are required to attend the site visit that will be held on 9 July 2018 at 10:00AM Please be at the front gate no later than 9:30AM to receive a base pass if you don't already have one. From there we will make our way down to building 444 for the visit.

CLIN 0001: Approximately 229.75 square yards and 744 liner feet of cove base, and transition strips, see
attached floor plan, and statement of work. The Contractor shall deliver materials to the work site for
each request. The Contractor shall store and safeguard materials until work site is prepared for
installation. The Government will not provide storage of material. The material shall be delivered in the
manufacturer's original wrappings and packages, unless approved in advance by an authorized
Government representative. The material shall be delivered in the manufacturer's original wrappings and
packages. Each roll of carpet shall have register number stenciled on the bale. Include color, run number,
pattern and quality description on wrapping or a tag attached to carpet. REQUESTING: Blue Color Scheme
in Roll Goods: Cove Color: 139 Deep Navy.

Before installation services begin, the Contractor shall perform a physical survey of the actual site to
verify the amount of flooring and materials needed and to inspect to obtain all information needed for
the performance of the service(s).

The Contractor shall remove existing carpet and dispose of off base in accordance with all applicable
Federal, State, and local laws and regulations. Existing concrete floor shall be scraped, swept, and
vacuumed clean of any debris prior to installing new carpet. There are no storage facilities on Cannon
AFB. All vendors must include the cost of storage in their quote.

(vi)Delivery shall be F.O.B. Destination to:
Claudia Yanez
Bldg 444
Cannon AFB, NM 88103
Delivery Date: 60 Days ARO
(If 60 Day ARO delivery and install cannot be met, please provide alternative timeline.)

(vii)A statement that the provision at FAR 52.212‐1, Instructions to Offerors -Commercial, applies to this
acquisition. The following is included as an addendum to 52.212‐1:

All quotes must contain unit and extended prices from the CLINS listed in paragraph v of this RFQ.
Multiple awards are not anticipated, but the Government reserves the right to consider multiple awards
during evaluation. Proposals containing additional CLINS outside CLINS listed in paragraph v will be
considered nonresponsive and not considered for award. If additional items are proposed, offerors must
include those items as a part of the CLINS provided.

All offerors must include a delivery date. If no delivery date is provided, a delivery date of days 60
ADC will be assumed.

The following provisions also apply:

FAR 52.252‐1, Solicitation Provisions Incorporated by Reference: full text provisions can be found at
http://farsite.hill.af.mil
DFARS 252.204‐7004 Alternate A, System for Award Management.
(viii) The provision at FAR 52.212‐2 Evaluation ‐ Commercial Items:
This provision is incorporated by reference, and paragraph (a) is modified to read as follows:
This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror.
The Government intends to award without discussions with respective offerors. The Government,
however, reserves the right to conduct discussions if deemed in its best interest. The following listed are
evaluation factors that shall be used in the evaluation process:
Price
Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the
products will meet the standards listed in the statement of work.
All offers will be ranked according to the total evaluated price and then reviewed for technical
acceptability. If the lowest priced offer is determined to be technically acceptable, further evaluation
of the remaining quotes will not take place.
*All offerors shall submit technical description of the products being offered in sufficient detail
inaddition to the price proposal, to evaluate compliance with the requirements in this solicitation.
(b)A written notice of award or acceptance of an offer, mailed or otherwise furnished to thesuccessful
offeror, shall result in a binding contract without further action by either party. Beforethe 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 isreceived before award.

(End of Provision)

(x)The clause at FAR 52.212‐4 Contract Terms and Conditions - Commercial Items applies tothis
acquisition.

(xi)FAR 52.212‐5 Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders ‐
Commercial Items. Only the following FAR clauses in paragraph (b) of FAR 52.212‐5 are applicable:
FAR 52.204‐10 Reporting Executive compensation and First‐Tier Subcontract Awards, FAR52.209‐6
Protecting the Government's Interest When Subcontracting with Contractors Debarred,Suspended, or
Proposed for Debarment, FAR 52.209‐9 Updates of Publicly AvailableInformation Regarding
Responsibility Matters, FAR 52.219‐6 Notice of Total Small BusinessAside, FAR 52.219‐Limitations on
Subcontracting, FAR 52.219‐28 Post Award Small BusinessProgram Representation, FAR 52.222‐3
Convict Labor, FAR 52.222‐19 Child Labor -Cooperation with Authorities and Remedies, FAR 52.222‐21
Prohibition of Segregated Facilities,FAR 52.222‐26 Equal Opportunity, FAR 52.222‐50 Combating
Trafficking in Persons, FAR52.223‐18 Encouraging Contractor Policies to Ban Text Messaging with
Driving, FAR 52.225‐13Restrictions on Certain Foreign Purchases, FAR 52.232‐33 Payment by Electronic
FundsTransfer - System for Award Management, FAR 52.247‐64, Preference for Privately Owned U.SFlag
Commercial Vessels

(xii)The following terms and conditions also apply:
FAR 52.204‐19 Incorporation by Reference of Representations and Certifications
FAR 52.209‐2 Prohibition on Contracting with Inverted Domestic Corporations‐‐Representation
FAR 52.225‐18 Place of Manufacture.
FAR 52.225‐25 Prohibition on Contracting with Entities Engaging in Certain Activities orTransactions
Relating to Iran-Representation and Certifications
FAR 52.232‐39 Unenforceability of Unauthorized Obligations
FAR 52.246‐16 Responsibility for Supplies
FAR 52.252‐2 Clauses Incorporated by Reference: full text clauses can be foundat http://farsite.hill.af.mil
FAR 52.253‐1 Computer Generated Forms
DFARS 252.203‐7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203‐7994 Prohibition on Contracting with Entities that Require CertainConfidentiality
Agreements‐Representation
DFARS 252.203‐7995 Prohibition on Contracting with Entities that Require CertainConfidentiality
Agreements
DFARS 252.203‐7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203‐7003 Agency Office of the Inspector General
DFARS 252.203‐7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204‐7003 Control of Government Personnel Work Product
DFARS 252.204‐7004 Alternate A, System for Award Management
DFARS 252.204‐7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.223‐7008 Prohibition of Hexavalent Chromium
DFARS 252.225‐7002 Qualifying Country Sources as Subcontractors
DFARS 252.225‐7035 Buy American-Free Trade Agreements ‐‐Balance of Payments Program Certificate
DFARS 252.225‐7036 Alternate I Buy American-Free Trade Agreements‐‐Balance of Payments Program
DFARS 252.232‐7003 Electronic Submission of Payment Request
DFARS 252.232‐7006 Wide Area Workflow Instructions
DFARS 252.232‐7010 Levies on Contract Payments
DFARS 252.243‐7001 Pricing of Contract Modifications
DFARS 252.244‐7000 Subcontracts for Commercial Items
DFARS 252.247‐7023 Transportation of Supplies by Sea
AFFARS 5352.201‐9101 Ombudsman: Local POC and contact information will be provided upon request.
AFFARS 5352.242‐9000 Contractor Access to Air Force Installations

(xiii) Quotes must be signed, dated and submitted by 13 July 2018, 1500hrs, Mountain Standard Time.
All quotes for commercial items MUST be submitted with a Buy American Certificate in accordance
with DFARS 252.225‐7000. Quotes shall be electronically submitted via email and received by both of
the following points of contact (POC). It is the offeror's responsibility to confirm receipt of timely
quotes. The Government reserves the right to consider late quotes. The Government accepts no
responsibility if quotes are not considered due to email rejections or emails not going through to the
POCs. Failure to email both POC's may result in an unsuccessful offer.

Primary: A1C Elias Campos - [email protected]

Alternate: A1C Landon Heller - [email protected]

For further inquiries, please email the POC's listed above or the Contracting Officer, MSgt April Thomas
- [email protected]

 

Bid Protests Not Available

Similar Past Bids

Annville Pennsylvania 05 May 2017 at 2 PM
Center Kentucky 22 Jun 2018 at 7 PM
Center Kentucky 22 Jun 2018 at 7 PM
Bethany beach Delaware 17 May 2017 at 3 PM
Bethany beach Delaware 19 Apr 2017 at 6 PM

Similar Opportunities

Hill air force base Utah 21 Oct 2026 at 6 AM