Raised Flooring
Mod 1: Extended quote due date to align more closely with award of related Contracts. See solicitation text. Due date pushed to 15 Feb. Addendum: It is expected that after final quotes are received th... Mod 1: Extended quote due date to align more closely with award of related Contracts. See solicitation text. Due date pushed to 15 Feb. Addendum: It is expected that after final quotes are received that discussions will be opened with the low quote, and minor changes might be made to facilitate scheduling logistics. Award is expected to be made concurrent or after related Contracts in order to solidify timeframes. A delay in award should be expected. *Specification documents are not posted. All vendors shall contact SMSgt Christopher Fisher for a copy of the floorplan and specifications. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-100. This combined synopsis/solicitation is being issued as a cascading small business set-aside. If no acceptable Small Business quotes are received, then other than Small Business responses will be considered. North American Industrial Classification Standard 238330 applies to this solicitation; business size standard is $15m. The Minnesota Air National Guard has a requirement for raised flooring in a new flight simulator facility to support equipment cable routing below the raised floor. See specification document. *Please read this solicitation carefully* Situation: Currently the 148FW is remodeling a site via an existing Construction Contractor (CC) which will eventually house specialized flight simulator equipment. Each step in the process is time sensitive. The area will be ready for flooring installation between February and June (exact timing to be determined), at which time the awardee of this solicitation (Flooring Contractor, FC) will be ready to install raised flooring in the area. The FC shall initially install the raised floor throughout the facility per the design spec, except in the vicinity of the exterior entry door where there shall be an uninterrupted level surface across the entire width of the exterior entry door. This area requires a temporary infill of the area that will ultimately be the fire-egress ramp, and this portion of the project will be referred to as "the temporary ramp infill." This temporary ramp infill requirement is necessary to create a wide "loading-dock" style area sufficient to allow a 3rd party Equipment Contractor (EC) to utilize the entire width of the exterior door to unload and stage equipment. The exact configuration of the temporary ramp infill in this area shall be such that the temporary floor surface matches the finished elevation of the rest of the raised floor, allows for the unimpeded use of pallet-jacks across any transitions, be of equal or greater load bearing capacity to the rest of the raised floor, be constructed so as to allow for removal after the 3rd party EC is finished, and be of a design and material to be proposed by the FC. The installation of the raised floor throughout the facility, and the temporary ramp infill near the exterior door, shall be referred to as "Phase 1" of the project. After Phase 1 of the project is complete, the FC will be allowed to depart the site. Phase 2 is the period of time during which the 3rd party EC will be installing flight simulator equipment throughout the facility; Phase 2 is not a part of this solicitation, and the FC is not expected to be present during Phase 2 of the project. Upon completion of Phase 2, the FC will be recalled to the project site to begin Phase 3. Phase 3 requires that the FC remove the temporary ramp infill, and proceed with any remaining steps to finish the fire-egress ramp portion of the floor, as well as install any required railings at the perimeter of the ramp. Once the temporary ramp infill has been removed, and all portions of the raised floor and egress ramp are determined to be complete (per design spec,) then Phase 3 will be complete (completing the contract resulting from this solicitation). Note that the FC will be responsible for removing any and all waste, to include the temporary ramp infill, from the project site prior to final completion. Schedule of events: 1. Existing CC nears completion of area requiring flooring. 2. Government will contact FC with notice to proceed on Phase I and will provide dates which the area will become available. 3. CC finishes area. Government takes ownership. 4. Phase 1 work begins, FC immediately installs raised flooring and temporary ramp infill. 5. FC notifies government that Phase 1 is complete. 6. Phase 2 begins; EC will import and set up the simulator equipment inside the area. 7. Upon EC completion, Government will give FC a notice to proceed on Phase 3. 8. Phase 3 begins; FC will remove the temporary ramp infill, install/finish the fire-egress ramp and associated railings to complete this contract. Specifications: Any deviation from the listed specifications must be approved by the Contracting Officer for quote to remain eligible for consideration. If a specification is too restrictive, please make the Contracting Officer aware as soon as possible. The specifications are not absolute, but the weight tolerances need to be sufficient to support the equipment which will be installed in the room. This is a major technical consideration. Any quote which the government receives will be considered to have the specifications releasable to the simulator equipment installation vendor. This flooring requirement is being procured as flooring equipment with installation. Please contact Contracting Officer if you would like to schedule a site visit, although site visits might not be practical as the site is not constructed as of yet. Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of any products quoted. Preparing and Submitting your Quote: Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture for all items. Include feasible delivery dates. Preferred CLIN structure: CLIN0001: Phase 1, 1 EA CLIN0002: Phase 3, 1 EA CLIN0003: Manpower Reporting, 1 JB (see Manpower Reporting section) All questions and quotes must be directed to 148 Contracting Officer via email at usaf.mn.148-fw.list.msc-personnel@mail.mil. Questions asked within 1 week of solicitation close will be answered at the discretion of the Contracting Officer. Please make quotes good for 30 days, if possible. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer's discretion. Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated using price, technical, delivery (this is a time sensitive process.), and past performance. All solicitation specifications are not absolute and the 148FW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Only the winning specifications will be shared with the third party equipment installation vendor, and this vendor will not participate in the evaluation. If the winning specifications are rejected by the equipment installer, the government reserves the right to either re-solicit or if changes are minor, work with the awardee to modify their quote. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. At the time of evaluation of your quote, your company much have an active status in SAM.gov. Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. If an individual item of supply is valued over $5,000, contractor must comply with 252.211-7003 Item Unique Identification and Valuation. VIN, MEID, ESN, GIAI, and GRAI are considered equivalent of a UID. Manpower Reporting: "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mill." The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference: Clauses: FAR 52.202-1, Definitions (Nov 2013); FAR 52.203-5, Covenant Against Contingent Fees (May 14); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.203-7, Anti-Kickback Procedures (May 2014); FAR 52.204-7, System for Award Management (Oct 2016); FAR 52.204-13, System for Award Management Maintenance (Oct 2016); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015); FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212?1, Instructions to Offerors-Commercial Items (Aug 2018); FAR 52.212?2, Evaluation-Commercial Items (Oct 2014); FAR 52.212?3 Alternate I, Offeror Representations and Certifications-Commercial Items (Aug 2018); FAR 52.212?4, Contract Terms and Conditions-Commercial Items (Jan 2017); FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2018); FAR 52.219?6, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018); FAR 52.222?21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222?50, Combating Trafficking in Persons (Mar 2015); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225?13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.225-18, Place of Manufacture (Aug 2018); FAR 52.232-1, Payments (Apr 1984); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013); FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); FAR 52.233?3, Protest After Award (Aug 1996); FAR 52.233?4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.243-1, Changes - Fixed Price (Aug 1987); FAR 52.244-6, Subcontracts for Commercial Items (Aug 2018); FAR 52.252?2, Clauses Incorporated by Reference (Feb 1988); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.203?7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016); DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010); DFARS 252.225-7001, Buy American and Balance of Payments Program (Dec 2017); DFARS 252.225-7048, Export-Controlled Items (Jun 2013); DFARS 252.232?7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013); DFARS 252.232?7010, Levies on Contract Payments (Dec 2006); DFARS 252.247?7023, Transportation of Supplies by Sea (Apr 2014). Provisions: FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2018). 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Aug 2018); FAR 52.233-2, Service of Protest (Sep 2006); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 252.204-7007 Alternate A, Annual Representations and Certifications (Jan 15); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 16); DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012); DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005); Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »