The RFP Database
New business relationships start here

Bulk Carpet Tiles


North Dakota, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

• FAR 52.232-18 Availability of Funds (Apr 1984) - 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.

1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued.


2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 and Defense Change Notice 20170119.


3) The Standard Industrial Classification code is 7220, NAICS is 314110 Carpet and Rug
Mills. The Small Business Size Standard for this NAICS code is 1,500 Employees.


4) Must be compliant with Engineering Technical Letter (ETL) 07-4: Air Force Carpet Standards:
a) Minimum Warranties:
1. Fifteen-year warranty against 10 percent loss of face fiber.
2. Fifteen-year warranty against edge raveling, snags, picks, runs, and delamination.


b) Construction:
1. Carpet Tile will be tufted, woven, needle bonded or fusion-bonded.


c) Surface Fibers:
1. Nylon: Fiber manufacturer continuous filament nylon 6, 6 or nylon 6 with a cross-section modification ratio no greater than 2.5.


d) Pile Height:
1. No higher than ½ inch, measured to the backing


e) Average Pile Yarn Density (APYD):
1. Must exceed 4,000


f) Tuft Bind:
1. Must exceed 8 pounds


g) Backing:
1. For tufted carpet, primary and secondary backings (or unitary backing) must be synthetic material. Jute backings are not authorized.
2. Carpet tile shall be peel and stick.


h) Colorfastness:
1. Colorfastness to light (fading) will comply with AATCC TM 16, Colorfastness to Light, and will have a minimum of 4 after 40 AATCC fading units using the AATCC gray scale for color change.


i) Electrostatic Propensity (Maximum):
1. 2.0 kilovolts or less


j) Fire Resistance:
1. Carpet must conform to CFR Part 1630, Standard for the Surface Flammability of Carpets and Rugs (FF 1-70) (Pill Test).
2. Minimum average critical radiant flux of 0.22 watt per square centimeter or greater.
3. Smoke density, when necessary to meet specific application, shall be tested in accordance with ASTM E662 and shall have a maximum specific optical density not exceeding 450 (flaming mode exposure).


k) Appearance Retention Rating (ARR):
1. Severe: Minimum of 3.5 - 4.0 ARR


l) Stain Resistance:
1. Minimum rating of 8 using the AATCC red 40 stain scale after 2 HWE (hot water extraction) using the AATCC 171, Carpets: Cleaning of; Hot Water Extraction Method, test method followed by the AATCC 175, Stain Resistance: Pike Floor Coverings, stain test.


m) Indoor Air Quality:
1. Certified as CRI "Green Label" or "Green Label Plus."


CLIN Description Qty Unit Price Total
0001 Carpet Tile 25,000 sq yds
Total Price


5) Delivery shall be F.O.B. Destination to:
5 CES
Attn: Richard Filbert and Ryan Brugman
701-723-4841
445 Peacekeeper Pl
Minot AFB, ND 58705
Delivery Date: 60 Days ADC unless otherwise specified in this block ____________.


6) Quotes must be valid through 30 September 2017 and signed/dated using this document and submitted by 24 July 2017, 10:00 A.M. CST. Quotes must be electronically submitted via email to the following points of contact. Failure to send to both points of contract will preclude the offeror from receiving the award.


Primary: A1C Courtney Brown - courtney.brown.18@us.af.mil
Alternate: SrA Ryan Nichols - ryan.nichols.11@us.af.mil


7) For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, TSgt Burnett at ginnafer.burnett@us.af.mil.


The following Clauses and provisions applies to this acquisition:
FAR 52-212-1 Instructions to Offerors - Commercial Items
FAR 52.212-2 Evaluation - Commercial Items:
This provision is incorporated by reference, and paragraph (a) is modified to read as follows:
(a) This is a competitive best value acquisition in which the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, considering price and other factors. The Government intends to make award to the offeror with the best value to the Government. The following listed evaluation factor shall be used in the evaluation process:


1. Price
2. Technical: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards listed above and the stated delivery date.
*All offerors shall submit technical description of the product being offered in sufficient detail, in addition to the price proposal, to evaluate compliance with the requirements in this solicitation.


(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished
to the successful offeror, shall result in a binding contract without further action by
either party. Before the offer's specified expiration time, the Government may accept an
offer (or part of an offer), whether or not there are negotiations after its receipt, unless a
written notice of withdrawal is received before award.


(End of Provision)


The following FAR clauses applies to this acquisition:
FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
FAR 52.204-7 System for Awards Management
FAR 52.204-13 Systems for Award Management Maintenance
FAR 52.204-16 Commercial and Government Entity Code Reporting
FAR 52.212-1 Instructions to Offerors- Commercial Items
FAR 52.212-3 Offeror 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. The following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable:
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government
FAR 52.204-10 Reporting on Subcontracting Awards
FAR 52.209-6 Protecting Government's Interest
FAR 52.219-8 Utilization of Small Business Concerns
FAR 52.219-14 Limitations on Subcontracting plan
FAR 52.219-28 Post Award SB Representation Program
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-35 Equal Opportunity for Veterans
FAR 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.222-37 Employment Reports on Veterans
FAR 52.222-40 Notification of Employee Rights
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.222-54 Employment Eligibility
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications
FAR 52.247-34 F.O.B Destination

The following DFARS clauses and provisions cited are applicable to this solicitation:
DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials
DFARS 252.203-7002 Requirement to inform Employees of Whistleblower Rights
DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials
DFARS 252.204-7004 Alt A System for Award Management
DFARS 252.204-7011 Alternative Line Item Structure
DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors
DFARS 252.211-7003 Item Identification & Valuation
DFARS 252.225-7048 Export Controlled Items
DFARS 252.232-7003 Electronic Submission of Payments
DFARS 252.232-7006 Wide Area Workflow Payment Instructions
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.243-7001 Pricing of Contract Modifications
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Transportation of Supplies by Sea


The following AFFARS clauses cited are applicable to this solicitation:
AFFARS 5352.201-9101 Ombudsman
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances


Courtney L. Brown, Phone 7017234187, Email courtney.brown.18@us.af.mil - Ryan J. Nichols , Phone 7017236935, Email ryan.nichols.11@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP