The RFP Database
New business relationships start here

Floor Covering Installation, Rpr, Maint


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

 Sources Sought Notice
FLOOR COVERING INSTALLATION, REPAIR, and MAINTENANCE

This announcement serves as a Sources Sought Notice issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming acquisition at the United States Air Force Academy (USAFA).  This sources sought is issued solely for information and planning purposes and does not constitute a solicitation or a commitment or obligation on the part of the Government to issue a solicitation.  DO NOT submit a quote or proposal in response to this notice.  Any information provided by industry to the Government as a result of this notice is voluntary.  The Government will not pay for any information submitted in response to this sources sought synopsis.


The purpose of this notice is to identify companies capable and qualified to provide all personnel, tools, equipment, materials, supervision, administration, labor, and services necessary to purchase, remove, dispose of, maintain, repair, and install floor coverings and accessories as specified in each task order, in a manner that will maintain a satisfactory facility condition and present a clean, neat and professional appearance.  Floor covering is defined as carpet, tile, laminate, wood floor, gymnasium floor, or other items that cover the floor.  The work occurs in various facilities and commercial applications on the United States Air Force Academy (USAFA), Colorado and satellite facilities.  All work will be done in accordance with the attached Statement of Work (SOW). All businesses capable of providing the flooring services are invited to respond.  Interested small business vendors must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status, if applicable.  For the purpose of this acquisition, the North American Industry Classification System Code (NAICS) is 238330 - Flooring Contractors - and the size standard in annual revenue is $15M.   


 An Indefinite Delivery/Indefinite Quantity construction contract is anticipated to be awarded to multiple contractors.   


 Place of Performance is USAF Academy, CO 80840.


 All potential offerors are reminded, in accordance with FAR 52.212-4(t), System for Award Management, that the lack of registration in the System for Award Management (SAM) will make an offeror ineligible for contract award.      


Response Instructions:


Responses are due no later than 22 February 2019, 4:30 p.m. Mountain Time. Proprietary information should be marked "PROPRIETARY INFORMATION".  Responses should be limited to ten (10) pages.  Questions and responses should be addressed to the primary contact, Tiffany Cox, Contract Specialist, tiffany.cox.4@us.af.mil, AND the alternate point of contact, Doug Keeler, Contracting Officer, douglas.keeler.1@us.af.mil.

Responses should include the following:


 1.  Company Profile:
      a. Company name:
      b. Mailing address:
      c. CAGE code and DUNS number:
      d. Point of contact (name, telephone number, and email address)
      e. Business size designation/status, e.g., 8(a), HUBZone, Woman Owned Small Business, Veteran-Owned or Service Disabled Veteran-Owned Small Business, large business, etc.

 2. Statement of capability to be bonded (both performance and payment bonds).  The statement should indicate your company's single and aggregate bonding capability.

 3. Contractor's capability to perform a contract of this magnitude and complexity.  Provide a list of no more than 3 projects of a similar size and scope of the proposed project, either Government or commercial, performed within the last three years with a brief description of the project (contract number, project title, dollar amount, period of performance, customer satisfaction).  Indicate if you were the prime or subcontractor.  If you were a subcontractor, provide the name and point of contact for the prime contractor.  Include percentage of self-performed work, how the work was accomplished, and the performance rating for the work. 

4.  Any other appropriate written information and/or data supporting your capability to complete a project of this type.

5.  Feedback on the following questions:

a.  Are there specific accreditations, licensures, permits, or state requirements for BUSINESSES performing this type of work?

•bb.  Are there specific accreditations, licensures, permits, or state requirements for INDIVIDUALS performing this type of work?

•c c.  Are manufacturer or installer certifications typical for this type of work?

•dd.  What other industry standards exist for this type of work?

•e e.  What is the typical labor mix for this type of work? Is this service readily available in the commercial market?

•f.f.  Do you require different terms and conditions than those normally used by the Government?  If so, what are they?  Please provide a copy of your terms and conditions for this type of work, if applicable.

•gg.  What are your standard payment terms (e.g., Net 30)?

•hh.  Can you provide all requirements stated in the SOW?  If not, please identify which services cannot be provided and explain.

Thank you for your participation.


Tiffany L. Cox, Contract Specialist, Phone 719-333-0809, Email tiffany.cox.4@us.af.mil - Douglas Keeler, Contract Specialist, Phone 7193333819, Email douglas.keeler.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP