The RFP Database
New business relationships start here

USAFA AD FAC Weight Room Flooring


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

Combined Synopsis/Solicitation
IAW FAR 12.603

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ) in accordance with FAR part 12 & subpart 13 under solicitation number FA700019QA095. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06, effective 10 Sep 2019.


The associated North American Industry Classification System (NAICS) is 326199, the Product Service Code (PSC) is 7220. The size standard is 750. This acquisition is restricted as a small business set-aside. All responsible small business sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA).


The Government bears no legal liability for the costs associated with preparing a quote. Vendors should not submit a quote unless they are willing to absorb all costs associated with submitting a quote. The Government will not consider any quotes that contain used, reconditioned, refurbished, gray market, or liquidated stock.


Before submitting a quote, please read the instructions in the addenda to FAR 52.212-1 listed below. It is the quoter's responsibility to ensure their quote meets all the requirements identified herein.


I. DESCRIPTION OF REQUIREMENTS


Line Item 0001: USAFA Athletic Department requires brand name or equal flooring for the FAC weight room. PLAE flooring brand name or equal requirements:


Quantity 14,000 - Achieve Roll (18mm) 48" x 25'
Quantity 54 - APLAT-819 Olympic Platforms (6' x 8') with logo
Quantity 7,095 - Attack T540 turf with 5mm cushion backing, 15' roll
Custom Waterjet Turf Area - hashmarks, yardlines, ladder marks, and logo
Custom Waterjet Turf Area - five-lane track and ladders
Quantity 2 - Co-Branded Entrance
Quantity 1,200 - 4" cove base
Quantity 24 - 18mm 4' x 4" transitions
Quantity 24 - 1/2" - 0" ADA Compliant transitions
Quantity 99 - PLAE Anchor Adhesive 2 gallon pail and 1 1/2 quart plastic can


The minimum requirements for the Weight Room Flooring project are:
• Guaranteed to be free of manufacturing defects for 15 years
• Contractor shall provide performance flooring and artificial turf in addition to removal and disposal of existing flooring, floor preparation, and installation of new flooring.
• Project timeline shall start 9 Dec 19 and be complete (installation and cure time) no later than 9 Jan 20.
• Flooring contractor shall coordinate with the equipment contractor
• Contractor (and manufacturer, if different) shall not have any filed safety reports with USAFA
• Performance flooring shall consist of two layers totaling 18mm, permanently bonded together (not glued), to prevent separation and safety issues.
• The turf shall have low abrasion levels, resistance to moisture, and omni-directional curl to eliminate matting. The layers shall be fused together (not glued).
• Custom waterjet areas shall consist of hash marks, yard lines, ladder marks, track lines, and logos
• Flooring shall be manufactured in the United States


Line Item 0002: Removal and disposal of existing flooring, preparation of floor, and installation in accordance with the Performance Work Statement.


It is USAFA's preference/intent to acquire only domestic end products per the Buy American Statute
(41 USC Chapter 83), except as provided in FAR 25.103. Foreign offers will be evaluated per DFARS 225.502 when comparing domestic and foreign offers. This requirement is for commercial off-the-shelf items; therefore the manufacturing country of origin will determine if the quoted product is foreign or domestic. The Buy American - Balance of Payments Program Certificate (DFARS 252.225-7000) must be completed and submitted with the quote; this provision is included in attachment #1 of this solicitation.


Delivery: Delivery must be F.O.B Destination to U.S. Air Force Academy, CO 80840.


II. SOLICITATION INSTRUCTIONS


1. In all instances throughout this solicitation, to include the applicable provisions and clauses, any use of the word "proposal" should be understood as "quote". All instances of the word "offeror" should be understood as "quoter". All instances of the word "award" should be understood as "purchase order".


2. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018), and the addenda listed below applies to this acquisition.


ADDENDA TO FAR 52.212-1:


a. Submission of offers. FAR 52.212-1(b) is amended to include the following:


(1) Submit signed and dated quotes via e-mail to:


10th Contracting Squadron
10 CONS/PKB, Attn: Terrie Wolski
8110 Industrial Drive, Suite 200
USAF Academy, CO 80840-2315.


Email address is terrie.wolski@us.af.mil
Phone number is 719-333-8930


(2) Quotes must be submitted by 23 September 2019, 4:00 p.m. MDT.


b. Late submissions. FAR 52.212-1(f) is amended as follows:


(1) Offerors are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due.


(2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before award is made and the contracting officer determines that accepting the late quotation would not unduly delay the acquisition.


(3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.


c. Formal communications. Requests for clarification and information concerning the solicitation must be provided in writing no later than 3 days prior to closing. Answers will be compiled and posted electronically to the Federal Business Opportunities website: https://www.fbo.gov. Questions may be emailed to the point of contact listed above in section II, paragraph 2a. All correspondence should reference the solicitation number.


d. Quotation preparation instructions:


(1) General Instructions. The offeror shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, e-mail, and telephone number of the offeror, CAGE code, DUNS number, size of business, and warranty information. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote.


(2) Specific Instructions. Quotes shall consist of three parts, as identified below.


(a) PRICE QUOTATION. Submit the price quote in accordance with the line item structure listed in this solicitation. Price quotes must be firm-fixed price. Price quotes must include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item). Include the total price (i.e., sum of all extended amounts) in the price quote. Include delivery terms and schedule - Project must be able to start NLT 9 December 2019 and must end (to include installation and cure time if applicable) NLT 9 Jan 2020 - any discounts, and payment terms (e.g., Net 30) with the price quote.


(b) DESCRIPTIVE LITERATURE. In order for products to be considered by the Government, they must meet the salient physical, functional, or performance characteristics specified in this solicitation. Clearly identify brand name and model number. Include products' descriptive literature, such as illustrations, specification sheets, or product brochures that clearly identify that the product meets the Government's requirements.


(c) CONTRACT DOCUMENTATION.


(i) Quoters are required to be registered in the System of Award Management (SAM) (https://www.sam.gov) at the time the quotation is submitted in order to comply with the annual representations and certifications requirements. Quoters that are not registered in SAM at the time the quotation is submitted will not be considered.


(ii) Quotes must include a completed copy of the following provisions that require fill-in text (listed in attachment #1 of this solicitation):


• FAR 52.212-3 ("The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision").
• Buy American - Balance of Payments Program Certificate (DFARS 252.225-7000)


(iii) If applicable, provide a written statement that the quote incorporates all amendments to the solicitation.


3. The addenda listed below to FAR 52.212-2, Evaluation-Commercial Items (Oct 2014) applies to this acquisition. The evaluation factors to be included in paragraph (a) of this provision are Price, Technical Information, and Past Performance.


ADDENDA TO FAR 52.212-2:


BASIS FOR OFFER. This is a competitive acquisition in accordance with FAR part 12 and subpart 13.5. The Government will submit an offer in the form of a purchase order to the quoter that represents the best value to the Government. Quotes will be evaluated as described below.


(1) Solicitation Requirements. All quotes submitted will be reviewed for completeness to determine if they contain all information requested in the addenda to FAR 52.212-1. Quotes that are incomplete or missing information may be considered non-responsive and excluded from the evaluation.


(2) Price Evaluation. The total evaluated price will be determined by adding together the extended amounts quoted for each line item. The extended amounts will be confirmed by multiplying each line item quantity by the quoted unit price. If there is a conflict between the quoted unit prices and extended amounts, the unit price shall be used to determine the total evaluated price. Any discounts identified in the quote will be included in the evaluation of the total evaluated price. No advantage will accrue to a vendor who submits a quote for an unreasonably low price. The lowest price quote may not necessarily be selected. Failure to propose for any line item may cause the vendor's quote to be considered non-responsive and excluded from the evaluation. The price evaluation will document the reasonableness of the quoted price.


(3) Technical Evaluation. The evaluation team will review the descriptive literature to determine if quoted products and ancillary services meet the salient characteristics identified in this solicitation. The technical information will be evaluated on a pass/fail basis.


(4) Past Performance Evaluation. The past performance evaluation will be based on the contracting officer's knowledge of and previous experience with the supplies being acquired and in accordance with DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018). A quoter will not be evaluated favorably or unfavorably if they do not have a record of past performance in SPRS under the PSC of the items being purchased.


(5) Best Value Decision. The contracting officer shall evaluate quotes considering technical information, price, and past performance information. The contracting officer will submit an offer to the quoter whose quote represents the best value to the Government.


4. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018), and the addenda listed below applies to this acquisition.


ADDENDA TO FAR 52.212-4:


Text in paragraph (c) is deleted and replaced with the following:


(c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)).


III. ADDITIONAL PROVISIONS AND CLAUSES.


The contracting officer has determined the provisions and clauses listed in attachment #1 to be necessary for this acquisition. The full text of each provision and clause can be viewed at https://www.acquisition.gov/browse/index/far (FAR), https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS), and http://farsite.hill.af.mil/vmaffara.htm (AFFARS).


IV. ATTACHMENTS TO THIS SOLICITATION


1. PROVISIONS AND CLAUSES
2. PWS FAC Weight Room Flooring
3. 2168 Rm 108 Dimensions


Terrie J Wolski, Contracting Officer, Phone 7193338930, Email terrie.wolski@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP