Combined Synopsis/Solicitation - F1S2AA9086A101
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) 2019-02TA, AFAC 2018-0525 and DFARs Change Notice (DPN) 20190215. 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 Test Center (AFTC), at Edwards AFB, CA is seeking to purchase Brand Name or Equal. This Request for Quotation (RFQ) is being posted to obtain potential sources capable of providing all supervision, labor, material, transportation and equipment to remove existing carpet of 2,983 Square Feet and 626 Linear Feet of cove base. This requirement includes the installation of Gerflor GTI MAX, 0252 Titanium rubber interlocking tiles for the 9,076 Square Feet, of 24"x 24" tiles and 2,646 Linear Feet 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 OR EQUAL TO:
Performance Requirements:
Work to be completed in Bldg. 6447, Chapel 2 Annex Gerflor Installation
Vendors shall follow this specific format in their quotations that are provided in the following CLIN items:
Item Number |
Description |
QTY/Unit of measure |
Price per Square Foot |
Total |
CLIN 0001 |
Gerflor GTI MAX, 0252 Titanium Rubber Interlocking Tiles, 24 inch by 24 inch |
9,076 Sq. Ft. |
|
|
CLIN 0002 |
Removal of Carpet |
|
|
|
CLIN 0003 |
Removal of Cove Base |
|
|
|
CLIN 0004 |
Type TS - Thermoset Rubber, Group I (solid): 6" (15.24 mm) Height, Burke Cove Base #701 (Black) shall be used |
2,646 LF |
|
|
CLIN 0005 |
Labor |
9,076 Sq. Ft. |
|
|
CLIN 0006 |
Total Price of Proposal On Company Letterhead |
|
|
|
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 |
Provision (P) Clause (C) |
Clause/ Provision |
Title |
Date |
|
FAR |
C, R |
52.203-19 |
Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements |
Jan 2017 |
|
FAR |
P |
52.204-7 |
System for Award Management |
Oct 2016 |
|
FAR |
C, R |
52.204-10 |
Reporting Executive Compensation and First-Tier Subcontract Awards |
Oct 2018 |
|
FAR |
P, R |
52.204-16 |
Commercial and Government Entity Code Reporting |
Jul 2016 |
|
FAR |
C, R |
52.204-18 |
Commercial and Government Entity Code Maintenance |
Jul 2016 |
|
FAR |
P |
52.211-6 |
Brand Name or Equal |
Aug 1999 |
|
FAR |
P, R |
52.212-1 |
Instructions to Offerors -- Commercial Items |
Jan 2018 |
|
FAR |
P, F |
52.212-2 |
Evaluation -- Commercial Items |
Oct 2014 |
|
FAR |
P, R |
52.212-3 |
Offeror Representations and Certifications -- Commercial Items |
Oct 2018 |
|
FAR |
P, F |
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 |
C, R |
52.212-4 |
Contract Terms and Conditions -- Commercial Items |
Jan 2017 |
|
FAR |
C, F |
52.212-5 |
Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items |
Oct 2018 |
|
FAR |
C, R |
52.219-6 |
All solicitations and contracts set-aside for total small business set-asides or reserves. |
Nov 2011 |
|
FAR |
C, R |
52.222-3 |
Convict Labor |
Jun 2003 |
|
FAR |
C, R |
52.222-19 |
Child Labor--Cooperation With Authorities and Remedies. All solicitations and contracts for supplies exceeding the micro-purchase threshold. |
Jan 2018 |
|
FAR |
C, R |
52.222-21 |
Prohibition of Segregated Facilities |
Apr 2015 |
|
FAR |
C, R |
52.222-36 |
Equal Opportunity for Workers With Disabilities |
Jul 2014 |
|
FAR |
C, R |
52.222-50 |
Combating Trafficking in Persons |
Mar 2015 |
|
FAR |
C, R |
52.223-18 |
Encouraging Contractor Policies to Ban Text Messaging While Driving |
Aug 2011 |
|
FAR |
C, R |
52.225-3 |
Buy American Act--Free Trade Agreements--Israeli Trade Act |
May 2014 |
|
FAR |
C, R |
52.225-3 Alt 1 |
Buy American Act--Free Trade Agreements--Israeli Trade Act |
May 2014 |
|
FAR |
C, R |
52.232-33 |
Payment by Electronic Funds Transfer-- System for Award Management |
Oct 2018 |
|
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ |
|||||
FAR |
C |
52.252-2 |
Clauses Incorporated by Reference |
Feb 1998 |
|
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ |
|||||
DFARS |
C, R |
252.203-7000 |
Requirements Relating to Compensation of Former DoD Officials |
Oct 2016 |
|
DFARS |
C |
252.203-7002 |
Requirement to Inform Employees of Whistleblower Rights |
Sep 2013 |
|
DFARS |
P, R |
252.203-7005 |
Representation Relating to Compensation of Former DoD Officials |
Nov 2011 |
|
DFARS |
P, R |
252.204-7008 |
Compliance with Safeguarding Covered Defense Information Controls |
Oct 2016 |
|
DFARS |
C, R |
252.204-7012 |
Safeguarding Covered Defense Information and Cyber incident Reporting |
Oct 2016 |
|
DFARS |
C, R |
252.204-7015 |
Notice of Authorized Disclosure of Information for Litigation Support |
May 2016 |
|
DFARS |
C |
252.211-7003 |
Item Unique Identification and Valuation |
Mar 2016 |
|
DFARS |
C, R |
252.223-7008 |
Prohibition of Hexavalent Chromium |
Jun 2013 |
|
DFARS |
P, R |
252.225-7000 |
Buy American--Balance of Payments Program Certificate |
Nov 2014 |
|
DFARS |
C, R |
252.225-7001 |
Buy American and Balance of Payments Program |
Dec 2017 |
|
DFARS |
C, R |
252.232-7003 |
Electronic Submission of Payment Requests and Receiving Reports |
Jun 2012 |
|
DFARS |
C, F |
252.232-7006 |
Wide Area WorkFlow Payment Instructions |
May 2013 |
|
DFARS |
C, R |
252.232-7010 |
Levies on Contract Payments |
Dec 2006 |
|
DFARS |
C, R |
252.244-7000 |
Subcontracts for Commercial Items |
Jun 2013 |
|
DFARS |
C, R |
252.247-7023 |
Transportation of Supplies by Sea |
Apr 2014 |
|
AFFARS |
C, R |
5352.223-9000 |
Elimination of Use of Class I Ozone Depleting Substances (ODS) |
Nov 2012 |
|
AFFARS |
C, F |
5352.223-9001 |
Health & Safety on Government Installations |
Nov 2012 |
|
AFFARS |
C, F |
5352.242-9000 |
Contractor Access to the Air Force Installations |
Nov 2012 |
|
AFFARS |
C, F |
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 SYSTEM FOR AWARD MANAGEMENT (SAM) IS AN OFFICIAL WEBSITE OF THE U.S. GOVERNMENT. COMPANIES ARE REQUIRED TO REGISTER IN ORDER TO DO BUSINESS WITH THE U.S. GOVERNMENT BY INTERNET URL www.sam.gov.
The following provisions and clauses apply: The following factor shall be used to evaluate offers: Lowest price technically acceptable offer, Technically acceptable is meeting all minimum salient characteristics;
The Period of Performance is 30 Days After Receipt of Order.
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 14 June 2019 at 1:00 p.m. PST. All offers are to be sent via email to [email protected]. Phone: 661-277-4458.