Federal Bid

Last Updated on 01 Oct 2011 at 8 AM
Combined Synopsis/Solicitation
Barksdale air force base Louisiana

Carpet Removal and Installation B2945

Solicitation ID FA4608-11-Q-S992
Posted Date 23 Sep 2011 at 2 PM
Archive Date 01 Oct 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4608 2 Cons Lgc
Agency Department Of Defense
Location Barksdale air force base Louisiana United states
This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. This solicitation is issued as a Request for Proposals (RFP), solicitation number FA4608-11-Q-S992, in accordance with FAR Parts 12 and 13, and is in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC 2005-23 effective 26 Dec 2007). The North American Industry Classification System (NAICS) number is 238330, and the business size is $14 Million. The proposed acquisition is set-aside for small businesses. Small businesses, woman-owned, and disabled veteran-owned businesses are encouraged to participate by submitting quotes.
The service being procured is:
Repair Carpet in Building 2945 Barksdale AFB, LA
* Statement of Work (SOW) Attached.
Service provider will furnish all labor, materials, supplies, and equipment necessary to remove and replace approximately 1220 square yards of carpet and 1070 LF base. The contractor shall perform all work as outlined in the statement of work.

Evaluation Factors: **Award will be made to the offeror who presents the lowest priced, technically acceptable offer. The following information shall be provided and will be evaluated to assess technical acceptability. One rating will be assigned to the technical acceptability factor: technically acceptable or not technically acceptable.

Technical acceptability consists of a proposal containing the following: Proposals need to be submitted showing breakouts by line item. Each element of the bid (carpet, rubber base, tile, etc.) should include as a separate price: material; unit of measurement; amount used; labor (with unit of measurement); and a total for each line. Some items, such as removing and reinstalling the auditorium seating, will have just a labor price. "Lump Sum" should almost never be used. There needs to be a sub-total of all items, then separate lines for overhead, and profit. Final line should be the grand total (bid proposal).

A bid that does not include the items above will be rejected.

The technical acceptable offers will then be evaluated against price, with award being made to the lowest priced of the technically acceptable offer.


A site visit will be held on 9 September at 10:00 a.m. All interested vendors please submit information via e-mail to [email protected] or [email protected] by 4:00 p.m. on Wednesday, 7 September. All contractors will meet at the Contractor Gate located off of Industrial Drive by 09:30 a.m. on 9 September 2011.

The DOL WD 05-2235 (Rev. 13) which covers this solicitation (Please see attached WD)

"Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs."


Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS located at FAR 52.212-3, and the 252.212-7000 Offeror Representations and Certifications with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:

52.204-7, Central Contractor Registration
52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration
52.222-42, Statement of Equivalent Rates for Federal Hires
52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts)
52.222-41, Service Contract Act of 1965, as Amended (NOV 2007)
252.243-7001, Pricing of Contract Modifications
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on the prices as offered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be acceptable, and therefore will not be considered. Once an offer has been determined to be acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the best value to include price and proposed performance time.

Quotes can be faxed to 456-3294 (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) or emailed to the attention of Mrs. Sheronda Stewart at (318) 456-3450 no later than 16 September 3:00 p.m. (CST). Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to Mrs. Sheronda Stewart, Contract Officer, at (318) 456-3450, [email protected]; or SrA Justine Digman, Contracting Specialist, at (318) 456-3410, [email protected].

Bid Protests Not Available

Similar Past Bids

Barksdale Texas 08 Sep 2011 at 2 PM
Barksdale air force base Louisiana 15 Apr 2010 at 8 PM
Barksdale Texas 21 Sep 2009 at 5 PM
Barksdale air force base Louisiana 22 Jul 2011 at 7 PM
Barksdale Texas 09 Aug 2006 at 4 AM

Similar Opportunities

Barksdale air force base Louisiana 11 Jul 2025 at 4 AM (estimated)
Barksdale air force base Louisiana 17 Jul 2025 at 5 PM
Barksdale air force base Louisiana 17 Jul 2025 at 5 PM
Dayton Ohio 29 Jul 2025 at 4 AM (estimated)