COMBINED SYNOPSIS/SOLICIATION ‘COMBO'
AFRC Flooring Project
(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; quotes are being requested and a written solicitation will not be issued.
(ii) Solicitation FA5004-19-Q-A049 is a Request for Quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05, effective 13 August 2019. The DFARS provisions and clauses are those in effect to DPN 20190628, effective 13 August 2019. The AFFARS provisions and clauses are those in effect to AFAC 2018-0525, effective 13 August 2019.
(iv) This requirement is solicited as a 100% total small business set aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 238330 with a small business size standard of $1.5M.
(v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.
(vi) The government intends to award a firm-fixed price contract for the following:
See Attachment 1: Pricing Schedule
See Attachment 2: Statement of Work
See Attachment 3: BLDG 3126 Floor Plan
(vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered and installed on:
Eielson Air Force Base, Alaska 99702
(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum:
1. The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote".
2. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.
3. Specific Submission Instructions: Price- Contractor shall submit one (1) copy of Price Schedule (Attachment 1) and any pertinent technical information such as product specifications and type of product/service offered in accordance with the requirements of the statement of work.
4. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria and specifications in Attachment 2. Price will be considered.
(ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below:
(a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:
• Price
(b) Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendor. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting the following criteria:
Minimum Qualifications: Contractor must be able to provide the products/services in accordance with this solicitation and all attachments.
(d) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
(x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Nov 2017), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Nov 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition:
FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT Jul 2013
FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING Jul 2015
FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE Jul 2015
FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS Dec 2014
FAR 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS -- REPRESENTATION Nov 2015
FAR 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS Nov 2015
FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT MAR 2000
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 Feb 2016
FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES Apr 2015
FAR 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS Feb 1999
FAR 52.222-25 AFFIRMATIVE ACTION COMPLIANCE Apr 1984
FAR 52.222-26 EQUAL OPPORTUNITY Apr 2015
FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES Jul 2014
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 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR AWARD MANAGEMENT Jul 2013
FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS Dec 2013
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 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
Nov 2011
DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS
Dec 2015
DFARS 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE Sep 2011
DFARS 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION Dec 2015
DFARS 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS
May 2016
DFARS 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM Jun 2013
DFARS 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM-- BASIC Nov 2014
DFARS 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS Dec 2012
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 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS Jun 2013
DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA--BASIC Apr 2014
AFFARS 5352.201-
9101 OMBUDSMAN Apr 2014
AFFARS 5352.223-
9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS Nov 2012
AFFARS 5352.242-
9000 CONTRACTOR ACCESS TO GOVERNMENT INSTALLATIONS Nov 2012
(xii) No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition.
(xiii) NOTICE TO ALL INTERESTED PARTIES:
Proposals are due no later than 10AM Alaska Standard Time on 20 September 2017. Proposals shall include the following:
a) Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative with your proposed Performance Work Statement (must meet Attachment 2 requirements)
b) Part 2- Price - Submit one (1) copy of price schedule as well as any additional pertinent information
BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable proposal...
(xvi) Quotations shall be submitted electronically via e-mail to A1C Alexander Shives at alexander.shives@us.af.mil & SSgt Zachary Bowens at zachary.bowens@us.af.mil. For information regarding this solicitation, contact the same.
List of Attachments:
• Attachment 1: Pricing Schedule
• Attachment 2: Statement of Work
• Attachment 3: BLDG 3126 Floor PlaCOMBINED SYNOPSIS/SOLICIATION ‘COMBO'
AFRC Flooring Project
(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; quotes are being requested and a written solicitation will not be issued.
(ii) Solicitation FA5004-19-Q-A049 is a Request for Quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05, effective 13 August 2019. The DFARS provisions and clauses are those in effect to DPN 20190628, effective 13 August 2019. The AFFARS provisions and clauses are those in effect to AFAC 2018-0525, effective 13 August 2019.
(iv) This requirement is solicited as a 100% total small business set aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 238330 with a small business size standard of $1.5M.
(v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.
(vi) The government intends to award a firm-fixed price contract for the following:
See Attachment 1: Pricing Schedule
See Attachment 2: Statement of Work
See Attachment 3: BLDG 3126 Floor Plan
(vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered and installed on:
Eielson Air Force Base, Alaska 99702
(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum:
1. The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote".
2. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.
3. Specific Submission Instructions: Price- Contractor shall submit one (1) copy of Price Schedule (Attachment 1) and any pertinent technical information such as product specifications and type of product/service offered in accordance with the requirements of the statement of work.
4. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria and specifications in Attachment 2. Price will be considered.
(ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below:
(a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:
• Price
(b) Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendor. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting the following criteria:
Minimum Qualifications: Contractor must be able to provide the products/services in accordance with this solicitation and all attachments.
(d) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
(x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Nov 2017), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Nov 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition:
FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT Jul 2013
FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING Jul 2015
FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE Jul 2015
FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS Dec 2014
FAR 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS -- REPRESENTATION Nov 2015
FAR 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS Nov 2015
FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT MAR 2000
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 Feb 2016
FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES Apr 2015
FAR 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS Feb 1999
FAR 52.222-25 AFFIRMATIVE ACTION COMPLIANCE Apr 1984
FAR 52.222-26 EQUAL OPPORTUNITY Apr 2015
FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES Jul 2014
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 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR AWARD MANAGEMENT Jul 2013
FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS Dec 2013
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 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
Nov 2011
DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS
Dec 2015
DFARS 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE Sep 2011
DFARS 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION Dec 2015
DFARS 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS
May 2016
DFARS 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM Jun 2013
DFARS 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM-- BASIC Nov 2014
DFARS 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS Dec 2012
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 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS Jun 2013
DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA--BASIC Apr 2014
AFFARS 5352.201-
9101 OMBUDSMAN Apr 2014
AFFARS 5352.223-
9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS Nov 2012
AFFARS 5352.242-
9000 CONTRACTOR ACCESS TO GOVERNMENT INSTALLATIONS Nov 2012
(xii) No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition.
(xiii) NOTICE TO ALL INTERESTED PARTIES:
Proposals are due no later than 10AM Alaska Standard Time on 20 September 2017. Proposals shall include the following:
a) Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative with your proposed Performance Work Statement (must meet Attachment 2 requirements)
b) Part 2- Price - Submit one (1) copy of price schedule as well as any additional pertinent information
BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable proposal...
(xvi) Quotations shall be submitted electronically via e-mail to A1C Alexander Shives at alexander.shives@us.af.mil & SSgt Zachary Bowens at zachary.bowens@us.af.mil. For information regarding this solicitation, contact the same.
List of Attachments:
• Attachment 1: Pricing Schedule
• Attachment 2: Statement of Work
• Attachment 3: BLDG 3126 Floor Plan
• Attachment 4: Current Carpet
Alexander D. Shives, Contract Specialist, Phone 9073771123, Email alexander.shives@us.af.mil - Zachary S. Bowens, Contract Officer, Phone 9073773855, Email zachary.bowens@us.af.mil