CLIN 0001: Carpet with Backing QTY: 15000 SY
Mfr: Shaw OR EQUAL Part No: 7P975 OR EQUAL
Salient Characteristics:
Carpet and optional backing shall meet CRI Green Label Plus or Green Label requirements
Optional backing shall be bonded to the carpet to form one body factory product
The product shall be direct glue-down installation, method type: will be installed to concrete subfloor or to plastic tiling area in Misawa AB, Japan
Carpet StructureL Cut Pile Broadloom
The product shall be 12' width
Carpet Fiber content: shall be NYLON or PET or Polyester
Carpet primary and optional backing materials must be synthetic
Finished Pile Thickness shall be between 0.29 and 0.75 inches
Total Thickness (including optional attached backing) shall be between 0.52 and 0.75 inches
Density Ozs/yd3: More than 2,200
Gauge: 1/6 - 1/10
Carpet shall pass Pill Test (CPSC FF1-70)
Carpet Color shall be beige, Taupe, Light Brown, Multi-colored or patterned is NOT acceptable
Offeror shall submit specifications information of carpet and backing, or provide a sample of carpet/backing to below address before the RFQ closing date.
SUDA, HIDEO
35 CES/CEOES
Service Contracts
Bldg# 790
Unit 5022, APO, AP 96319, Misawa AB
1Cho-me, Hirahate
Misawa City(Shi)
Aomori Prefecture, Japan
Japanese Zip Code: 033-0012
Shipping Method: "Double Wrapping" for international shipment & "Inside Face"
Please include estimated delivery date and include shipping cost to below address:
W1BG DLA DISTRIBUTION
CPP WHSE 30
25600 SOUTH CHRISMAN RD
TRACY, CA - 95304-5000
Award shall be made in the aggregate, all or none.
EVALUATION CRITERIA: Evaluation of offers will be completed in accordance with FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and represents the best value to the Government with price being the only considered factor
The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in
FAR 52.2014-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.211-6 Brand Name or Equal
FAR 52.212-1 Instructions to Offerors -- Commercial Items
FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items
FAR 52.212-4 Contract Terms and Conditions - Commercial Items
FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation)
FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.233-3 Protest After Award
FAR 52.233-4 Applicable Law for Breach of Contract Claim
FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.204-7011 Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors
DFARS 252.244-7000 Subcontracts for Commercial Items
AFFARS 5352.201-9101 Ombudsman
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System Award Management (SAM) at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
Please send any response to [email protected] NO LATER THAN 0900 on 27 May 14 (JST) or 2000 on 26 May 14 (EST). Point of contact is Pu Li, SrA, Contracting Officer, telephone 011-81-176-77-4894, [email protected].