Fitness Center Cardio Room Rubberized Flooring Installation
COMBINED SYNOPSIS/SOLICIATION ‘COMBO': Fitness Center Cardio Room Rubberized Flooring Installation Davis-Monthan Air Force Base, Arizona 85707 (i) This is a combined synopsis/solicitation for commerci... COMBINED SYNOPSIS/SOLICIATION ‘COMBO': Fitness Center Cardio Room Rubberized Flooring Installation Davis-Monthan Air Force Base, Arizona 85707 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) Solicitation FA4877-19-Q-U013 is hereby issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06 effective 10 September 2019. The DFARS provisions and clauses are those in effect to DPN 20190913 effective 13 September 2019. The AFFARS provisions and clauses are those in effect to AFAC 2018 effective 25 May 2018. Wage Determination No. 2015-5473 Revision 08, dated 02 August 2019, is incorporated both in this solicitation and subsequent contract. (iv) The set aside for this acquisition is for total small businesses with an associated North American Industrial Classification System (NAICS) code of 238330 with a small business size standard of $16.5 Million. (v) The Government intends to award a firm-fixed priced contract for the following: Contract Line Item Number (CLIN): 0001 [Qty. 1: Bundle] - Fitness Center 2nd Floor Cardio Room Rubberized Tile Installation (Color: Blue / Approx. 3,864 sq. ft. / 8mm thick) or equivalent. **See associated performance work statement (PWS) and floor plans (Page 2. "R4590 & R165) for details. (vi) Delivery Information: Delivery shall be Free On Board (FOB) Destination. Final delivery address will be made available at the time of award. (vii) Evaluation Criteria: The Government intends to award to the offeror whose quote is the lowest priced technically acceptable. Technical acceptability is defined as and referred to within this solicitation, and the amendments that may follow, as the offeror's capability to meet the defined salient characteristics of the product/service, which are outlined in the performance work statement (PWS). The Government intends to evaluate offers and award without conducting discussions, but reserves the right to do so, which is subject to the discretion of the Contracting Officer. Therefore, the initial quotation should contain the offerer's best terms from a price and technical standpoint. Offers that fail to submit required representations and information requested under this solicitation thereby reject the terms and conditions of this notice and shall be excluded from consideration. *The Government reserves the right to make multiple or no award. (viii) Important Dates/Times: (All Times are Arizona Local Time) a. Optional Non-Mandatory Site Visit/Survey at Davis Monthan AFB will be held on Thursday 26 September 2019, and will begin at 09:00 a.m. It is requested that interested vendors arrive at least 15 - 20 minutes prior, in non-commercial vehicles, at Craycroft Main Gate (Intersection of S. Craycroft Rd and E Golf Links Rd, Tucson AZ 85707) b. Questions are due by Thursday 26 September 2019 at 4:00 p.m. c. Answers will be posted by Friday 27 September 2019 at 2:00 p.m. d. Quotes are due by Saturday 28 September 2019 at 10 a.m. (ix) Point of Contract: a. Primary: Juan Sanchez III, juan.sanchez.35@us.af.mil, 520-228-2377 b. Alternate: Richard Snyder, richard.snyder.12@us.af.mil, 520-228-5484 (x) Provisions and Clauses: 1. FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2018) is hereby incorporated by reference, with the same force and effect if it were given in full text. 2. FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) is hereby incorporated by reference, to include the following excerpt, with the same force and effect if it were given in full text. -(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer confirming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: - Technical Capability - Price 3. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. 4. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (May 2019), is hereby incorporated by reference, with the same force and effect as if it were given in full text. 5. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with their quotation. **Additionally, the following also apply to this solicitation: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 2011-09 SEC I 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09 SEC I 252.203-7005 Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision: 2011-11 SEC K 252.204-7003 Control of Government Personnel Work Product. 1992-04 SEC I 252.204-7006 Billing Instructions. 2005-10 SEC G 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 2016-05 SEC I 252.206-7000 Domestic Source Restriction 1991-12 SEC K 252.215-7007 Notice of Intent to Resolicit. 2012-06 SEC K 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 2018-01 SEC L 252.223-7008 Prohibition of Hexavalent Chromium. 2013-06 SEC I 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. 2011-06 SEC I 252.225-7048 Export-Controlled Items. 2013-06 SEC I 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12 SEC G 252.232-7010 Levies on Contract Payments. 2006-12 SEC I 252.243-7001 Pricing of Contract Modifications. 1991-12 SEC I 252.244-7000 Subcontracts for Commercial Items 2013-06 SEC I 252.245-7003 Contractor Property Management System Administration. 2012-04 SEC I 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) 2011-11 SEC I Deviation 2019-O0003 2019-01 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. 2017-01 SEC I 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 2018-10 SEC I 52.204-16 Commercial and Government Entity Code Reporting. 2016-07 SEC K 52.204-18 Commercial and Government Entity Code Maintenance. 2016-07 SEC I 52.204-22 Alternative Line Item Proposal. 2017-01 SEC I 52.204-7 System for Award Management. 2018-10 SEC L 52.219-13 Notice of Set-Aside of Orders. 2011-11 SEC I 52.219-6 Notice of Total Small Business Set-Aside. 2011-11 SEC I Alternate I 2011-11 52.222-19 Child Labor-Cooperation with Authorities and Remedies. 2018-01 SEC I 52.222-21 Prohibition of Segregated Facilities. 2015-04 SEC I 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 2011-08 SEC I 52.225-13 Restrictions on Certain Foreign Purchases. 2008-06 SEC I 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. 2014-05 SEC I 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. 2014-05 SEC I Alternate I 2014-05 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 2018-10 SEC I 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 2013-12 SEC I 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 2016-02 SEC I 52.202-1 Definitions. 2013-11 SEC I 52.204-19 Incorporation by Reference of Representations and Certifications. 2014-12 SEC I 52.223-6 Drug-Free Workplace. 2001-05 SEC I 52.233-3 Protest after Award. 1996-08 SEC I 52.247-34 F.o.b. Destination. 1991-11 SEC F 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). 1984-04 SEC I 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 2015-11 SEC I 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 2015-11 SEC I 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 2019-08 SEC I 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 2019-08 SEC I 52.252-1 Solicitation Provisions Incorporated by Reference. 1998-02 SEC I
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »