FSS Fitness Floor Replacement
UNFUNDED: **** THIS IS AN UNFUNDED ITEM, PURCHASE IS PENDING AVAILABILITY OF GOVERNMENT FUNDING**** PLEASE MAKE ALL QUOTE SUBMISSIONS VALID THROUGH SEPTEMBER 30TH 2019. Please indicate all OPEN MARKET... UNFUNDED: **** THIS IS AN UNFUNDED ITEM, PURCHASE IS PENDING AVAILABILITY OF GOVERNMENT FUNDING**** PLEASE MAKE ALL QUOTE SUBMISSIONS VALID THROUGH SEPTEMBER 30TH 2019. Please indicate all OPEN MARKET items you are quoting. Please provide DUNS#, Cage Code, TAX ID, GSA Schedule#, and lead time. As this is a Department of Defense purchase request, all offered products must comply with the Buy American Act (FAR Section 25.1 and FAR 25.2) All line items will accept a "OR EQUAL" (All items requested will accept an item that meets, exceeds, or equal specifications listed.) Pending Availability of Funds. Please make quotes good through 30 September 2019. Please include Lead Time, Tax ID, DUNS #, and any Shipping charges that may apply. Award will be based on Lowest Price Technically Acceptable (LPTA) Delivery shall be FOB Destination: Kentucky Air National Guard 1101 Grade Lane Louisville, KY 40213 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6- Streamlined Procedures for evaluation and solicitation for Commercial Items- as Supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a separate written solicitation document will not be issued. The solicitation is being issued using Simplified Acquisition Procedures. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-2019-01) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. All responses to the questions will be made in writing, without identification of the questioner, and be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 238330 with a small business size standard of $15.0M. This acquisition is being procured using full and open competition and all interested parties may submit a quotation for consideration *** All interested Contractors shall provide a quote for the following: Background: All Items must be new. Porotypes, demonstration models, used, or refurbished equipment will not be considered for award. All items requested will accept an OR EQUAL item. Price Schedule: CLIN 0001 Fitness Room Flooring Replacement 1. SCOPE OF WORK The contractor will quote and install flooring into the fitness room at the Kentucky Air National Guard Base. The room is approximately 2500 sq. ft. The contractor will purchase and install flooring, move all equipment as necessary, remove and dispose of old flooring. A SITE SURVEY OF THE FACILITY IS HIGHLY RECOMMENDED PRIOR TO SUBMITTING A QUOTE. SITE SURVEY INFORMATION The Kentucky Air National Guard will hold a site visit for all interested in Fitness Room Flooring Replacement Project posted on FBO www.fbo.gov on Tuesday, April 16, 2019. This solicitation is a 100% small business set-aside. Date: Tuesday, April 16, 2019 Time: 1:00 PM Eastern Standard Time Interested vendors shall meet at the Kentucky Air National Guard Base located at 1101 Grade Lane, Louisville, Kentucky 40213 no later than 12:45 PM. This is to ensure enough time to process through gate entry as you will require a gate escort. The site visit will include a tour of current location of Fitness Room needing to be removed and replaced with new Flooring. Individual meetings with interested vendors either prior to, at the conclusion of, or in the days/weeks following the site visit will not be scheduled. Interested vendors must confirm their attendance no later than Friday, April 12, 2019 by 3:00 PM EST. by contacting the Contracting Office via email anthony.m.hayden2.mil@mail.mil and/or Amanda.l.blackburn2.mil@mail.mil. Please include the names of the individuals planning to attend from your company. The Contracting Office will acknowledge receipt of your email upon receipt. A vendor's decision not to attend the site visit will not preclude the vendor from providing a quote for this project. However, the KYANG will not be providing additional specifications other than those listed within the solicitation, and additional site visits and individual meetings for this project will not be conducted. Vendors may submit questions needing clarification to the Contracting Office by Monday April 29, 2019 9:00 AM EST. If necessary an amendment to the RFQ will be posted no later than Monday April 29, 2019 9:00 AM EST. Final quotes must be submitted by close of solicitation Thursday May 2, 2019 3:00 PM EST. Please direct any questions regarding this procurement to the Contracting Office: TSgt Anthony Hayden Anthony.m.hayden2.mil@mail.mil and MSgt Amanda Blackburn Amanda.l.blackburn2.mil@mail.mil 2. PROCESS a. Movement of Equipment: All equipment in the fitness room will need to be moved to access the old flooring. The only entry points within the room are standard doors (approx. 83" H x 35" W) which may not be practical to take the equipment outside, therefore if the contractor chooses to disassemble equipment for movement they must be competent and capable to reassemble equipment when replacing. Any damage to equipment while disassembling/moving/reassembling will be identified and the cost of repair will be charged to the contractor. b. Removal of old flooring: Upon moving the equipment, the contractor will remove the old floor to include removing any residual adhesive that may be present and clean up all debris. The old flooring will be transported and discarded at an off-site location; none of the old flooring will be discarded in any dumpster on the Kentucky Air National Guard installation. Should the contractor want to bring a dumpster on the installation for easy disposal, this will need to be coordinated in advance and payment for this receptacle will not be charged to the Kentucky Air National Guard. c. Installation of New Flooring: The flooring will cover the entire wall-to-wall surface of the fitness room where edges and corners will meet the wall with no gaps present. The contractor will quote and install a vinyl wall base with a color that will complement the color of the new flooring which will be approved in advance of installation by the 123d Services Flight. The flooring will be adhered to a clean floor using an industrial-grade adhesive specific to this type of work. During the installation process, should the contractor encounter any unexpected obstacles that may alter the quality of work or require additional work, they are to notify the 123d Services Flight's designated representatives (located at the end of this statement of work) prior to proceeding. 3. SPECIFICATIONS a. Flooring: The flooring will be commercial grade that is consistent with workout facilities. It will be sound and shock absorbing, fade resistant (wears well), slip resistant whether wet or dry, easy to clean and specified for indoor use. There will be various colors to choose from and the 123d Services Flight representatives will select the color from the options available. The flooring will be 10.5 mm thick with an 8 mm base layer for maximum energy restitution. Any remaining flooring material after the work is complete will remain in the possession of the 123d Services Flight. b. Adhesive: The adhesive will be a one-component adhesive that is solvent free and have a urethane base. It will be of low odor and allow the floor to remain flat with concealed seams. The maximum amount of adhesive will be utilized to allow for maximum adherence to the subfloor. The contractor will not short the amount of adhesive for cost savings. Any spills or mishandling of the adhesive will require the contractor to replace the adhesive with the exact same product at no cost to the government. Any remaining adhesive after the work is complete will remain in the possession of the 123d Services Flight. 4. WARRANTY The contractor will be required to guarantee their work for no less than 2 years after completion of the contract. In the event there is a mishap that is determined to be the fault of the contractor, the contractor will be required to return to the Kentucky Air National Guard to fix the issue. Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil Provisions 52.204-7 System for Award Management 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation- Commercial Items contracting officer may insert provision when evaluating other factors are required 52.212-3 Offerors Representations and Certifications-Commercial Items 52.225-18 Place of Manufacture 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications Clauses The following FAR clauses apply to this acquisition and will be incorporated into the resultant contract. FAR 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://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil 52.204-10 Reporting Executive Compensation 52.204-13 System for Award Management 52.204-19 Incorporation by Reference of Representations and Certificates 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.212-4 Contract Terms and Conditions- Commercial Items 52.222-50 Combatting Trafficking in Persons (FEB 2009) (22 U.S.C.7104(g)) 52.222-3 Convict Labor (June2003) (E.O. 11755) 52.222-19 Child Labor- Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-1 Buy American Supplies 52.225-3 Buy American Free Trade Agreements Israeli Trade Act Certificate Alternate I 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O. proclamations, and statues administered by the Office of Foreign Assets Control of the Department if the Treasury) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) ( 931 U.S.C. 3332) 52.216-24 Limitation of Government Liability 52.216-25 Contract Definitization 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representations and Certifications 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Contractors 52.233-3 Protests After Award (AUG 1996) ( 31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.244-6 Subcontracts for Commercial Items 52.247-34 FOB Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.211-7003 Item Unique Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Jun 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.225-7048 Export-Controlled Items (Jun 2013) Clauses incorporated by Full Text FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2010) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110- 252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (14)(i) _X___ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (25)(i)_X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (26) _X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) For offers to be considered at a minimum all RFQs must include the following: Completed Representations /Certifications (SAM), Completed Pricing Schedule, Completed Acknowledgement of Terms and Conditions. Offerors shall submit quotations to 123rd Contracting Office, no later than Thursday May, 2nd, 2019 at 09:00AM EST.FAX quotations shall not be accepted. E-mail quotations shall be accepted at anthony.m.hayden2.mil@mail.mil. Please reference the RFQ number in the subject line of email communications. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. Please make all quotes valid through September 30th 2019. Also, include DUNS, Cage code, Tax ID, Shipping & Lead Time for items. The point of contact for this solicitation is TSGT Anthony Hayden (502) 413-4617 if any additional information is required. Evaluation Award shall be made to the vendor based on lowest priced, technically acceptable. Technically acceptability means that the quote meets all of the stated minimum specifications. The Government shall evaluate price for reasonableness.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »