CARPET AND COVE BASE BLD 103 AND 122
RFQ W912JF19Q5020_AMENMENT_001 SUMMARY OF CHANGES •1. Brand Name Justification document added •2. delivery schedule (SOW) •3. floor base height (SOW) •4. approximate sq yards (SOW) •5. building 122 fl... RFQ W912JF19Q5020_AMENMENT_001 SUMMARY OF CHANGES •1. Brand Name Justification document added •2. delivery schedule (SOW) •3. floor base height (SOW) •4. approximate sq yards (SOW) •5. building 122 floor plan for required rooms (SOW) Document Type: RFQ RFQ Number: W912JF19Q5020 Request Date: 26 July 2019 Quote Deadline: Thursday 08 August 2019 @ 10:00am CST Set Aside: This is a total small business set-aside. BRAND NAME: This is a brand name requirement. SHORT OF AWARD: AVAILABILITY OF FUNDS: In accordance with FAR52.232-18. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. NAICS Code: 238330 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; written quotations are being requested and a written solicitation will not be issued. The Government reserves the right to award without discussions. This solicitation, W912JF19Q5020, is being issued as a Request for Quotation for the requirement to remove and dispose of the existing carpet, resilient floor base and cove base (only building 122) in the wing conference room of BLDG 103 and specified areas in BLDG 122 and replace with new modular carpet tiles, new transition strips, cove base and resilient floor base as specified in the attached Statement of Work at Little Rock AFB, AR. A Firm Fixed Price award for the RFQ will be based on lowest price (quotation must meet all specified requirements). All items shall be delivered F.O.B. destination. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. 001: MAJOR MATERIALS AND SUPPLIES FOR REPLACEMENT OF CARPET AND FLOOR BASE -QTY: 1 Job 002: INSTALLATION: CARPET AND FLOOR BASE -QTY: 1Job SITE VISIT: Site Visit scheduled for 10:00 AM CST Thursday, 01 August 2019. Contact SSgt Ryan Bernaiche at ryan.j.bernaiche.mil@mail.mil for access to the Site Visit NLT 4:00 PM CST Wednesday 31 August 2019. BASIS OF AWARD: PRICE SHIPPING: FOB DESTINATION Delivery: Delivery date is 100 days ADC Contract Vehicle: Purchase Order/ Delivery order DELIVERY: Little Rock AFB, Jacksonville AR 72099 This is SOA (Short of Award) as such please make quotes valid through 30 Sept 2019. Reference RFQ W912JF19Q5020 in the email subject line of any communication in response to this RFQ. Final quotes are due no later than Thursday, 08 August 2019 @ 10:00am CST. Quotes should be marked with RFQ number W912JF19Q5020. Quotes may be hand carried, mailed or emailed to the ANG Contracting Office, Attention: SSgt Ryan Bernaiche, Room 101. If emailed please submit quotes to both ryan.j.bernaiche.mil@mail.mil and hope.l.townes.mil@mail.mil with the subject line to read "Quote: RFQ W912JF19Q5020." CONTRACTING OFFICE ADDRESS Ryan J. Bernaiche, SSgt, AR ANG Contracting Specialist 189th Mission Support Group 112 MSgt Dan Wassom Rd, LRAFB, AR 72099 E-mail: ryan.j.bernaiche.mill@mail.mil Terms and Conditions The following provisions and clauses apply to this acquisition: CLAUSES INCORPORATED BY REFERENCE FAR 52.201-1 Definitions FAR 52.204-7 System for Award Management. FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-20 Predecessor of Offeror FAR 52.204-22 Alternative Line Item Proposal FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.212-1 Instructions to Offerors- Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offerors Representations and Certifications-Commercial Items. FAR 52.212-4 Contract Terms and Conditions--Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.216-24 Limitation of Government Liability. (See Note 1.) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-20 Aerosols. FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals- Representation FAR 52.232-1 Payments FAR 52.232-18 Availability of Funds FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. FAR 52.232-39 Unforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 Protest after Award DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7011 Alternative Line Item Structure. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations DFARS 252.217-7026, Identification of Sources of Supply DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7048 Export-Controlled Items. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area WorkFlow Payment Instruction DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Items. CLAUSES INCORPORATED BY FULL TEXT 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) 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 address: http://farsite.hill.af.mil/ (End of Provision) 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 address: http://farsite.hill.af.mil/ (End of Clause) 52.252-5 - Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any FAR and DFAR (48 CFR) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any FAR and DFAR (48 CFR) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »