This Request for Quotation (RFQ) will be competed as a 100% Small Business Set-Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78.
The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), at Vicksburg, MS has a requirement for the following:
Flooring materials shall be provided to match the name brand specifications or equal.
Brand: Invincible H2O
Style: OSAGE HILL - HANDSCRAPED - 6"X48"
Color: ACACIA CIDER
• Installation Method: Click, Floating
• Appearance: Wood
• Edge Type: Beveled
• Gloss Level: Low
• Floor Category: Vinyl
• Type: Plank
Warranty:
• Discoloration: Life of Floor
• Fading: Life of Floor
• Installation: Life of Floor
• Locking System: Life of Floor
• Rip, Tear, Gouge & Indent: Life of Floor
• Wear: Life of Floor
COVEBASE: FLEXCO 2000
• 4" tall
• Type thermoplastic rubber
• Nominal Base Thickness: 1/8" (3.2 mm)
• Color (to be approved by customer)
Potential vendors may access the following attachments below:
Attachment 01 (Drawing Building 3072 floor plan)
Attachment 02 (Performance Work Statement)
Delivery will be FOB Destination to the following location:
Engineer Research and Development Center (ERDC)
BLDG 3072
3909 Halls Ferry Road
Vicksburg, MS 39180-6199
The North American Industry Classification System Code for this procurement is 442210, Floor Covering Stores, with a small business size standard of $7,500,000.
In accordance with the attached Performance Work Statement (Attachment 02), an award for this acquisition will be provided to the vendor whose quote is the best value to the government.
FAR 52.212-2 - Evaluation -- Commercial Items (Jan 1999)
(a) 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:
The contract will be awarded on a Lowest Price Technically Acceptable (LPTA) basis, considering past performance.
The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil.
The following provisions apply to this acquisition:
52.204-99 System for Award Management Registration (DEVIATION)
52.212-1 Instructions to Offerors-Commercial Items
52.212-2 Evaluation-Commercial Items
52.212-3 Offerors Representations and Certifications- Commercial Items
The following clauses apply to this acquisition:
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control Of Government Personnel Work Product
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing Of Contract Modifications
Additionally, the following clauses/provisions located within FAR 52.212- 5 apply to this acquisition:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6 Notice of Total Small Business Set-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 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration
Quotes are due 06 July 2018 not later than 2:00 p.m. Central Time by email to [email protected].