Federal Bid

Last Updated on 09 Sep 2019 at 8 AM
Combined Synopsis/Solicitation
Wolfe West virginia

Gerflor Interlocking Tiles Bldg. 6447, Chapel-2 Annex

Solicitation ID F1S2AA9086A101
Posted Date 04 Jun 2019 at 3 PM
Archive Date 09 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Air Force Test Center (Aftc) - Edwards
Agency Department Of Defense
Location Wolfe West virginia United states
   

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.

Bid Protests Not Available

Similar Past Bids

Edwards California 22 Apr 2019 at 3 PM
Edwards California 18 Mar 2019 at 6 PM
Wolfe West virginia 25 Sep 2019 at 4 PM
Wolfe West virginia 25 Sep 2019 at 4 PM
Wolfe West virginia 25 Sep 2019 at 4 PM

Similar Opportunities

Cherry point North carolina 11 Jul 2025 at 4 AM
Oklahoma city Oklahoma 11 Jul 2025 at 4 AM