Combo Synopsis-Solicitation -- Replace Carpet (1402)
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Sep 20, 2022 02:15 pm CDT
- Original Date Offers Due: Sep 26, 2022 11:59 am CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Oct 11, 2022
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 7220 - FLOOR COVERINGS
- NAICS Code:
- 314110 - Carpet and Rug Mills
- Place of Performance: Montgomery , AL 36112USA
Description
GENERAL INFORMATION
The 42nd Contracting Squadron, 50 LeMay Plaza South, Building. 804, Maxwell Air Force Base (AFB), Alabama has a requirement to remove carpet, prepare floors, recycle existing carpet, and replace floor covering at Maxwell AFB and Gunter Annex. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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.
The solicitation number for this procurement is specific to LOCATION3: 225 Chennault Circle, Building 1402, Maxwell AFB, AL 36112 SOLICITATION#: F2XHC12210AW05 and is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular (FAC) 2022-07 effective 08-10-2022, Defense Federal Acquisition Regulation Supplement (DFARS) Change 06-23-2022 effective 06-23-2022, and Air Force Acquisition Circular (AFAC) 2022-0701 effective 07-01-2022.
A firm-fixed priced award will be made in accordance with the following:
NAICS Code: 314110; Size Standard: 1,500 EMP
IMPORTANT NOTES:
THE GOVERNMENT IS SOLICITING FOR “OPEN MARKET” QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES OR OTHER GOVERNMENT-WIDE ACQUISITION CONTRACTS (GWAC) QUOTES WILL NOT BE CONSIDERED.
ALL PRODUCTS MUST BE NEW: NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED.
ALL CARPET MUST BE PURCHASED IN ACCORDANCE WITH (IAW) UNITED STATES AIR FORCE (USAF) BLANKET PURCHASE AGREEMENT (BPA) (SEE ATTACHMENT).
THIS REQUIREMENT IS BEING SOLICITED AS A 100% SMALL BUSINESS SET-ASIDE. ONLY QUOTATIONS RECEIVED FROM SMALL BUSINESSES WILL BE REVIEWED.
NATURE OF ACQUISITON
The 42nd Contracting Squadron has a requirement to remove carpet, prepare floors, recycle existing carpet, and replace floor covering with new carpet located at Maxwell AFB and Gunter Annex.
Site visits will be conducted for potential offerors to assist with formulating proposed solutions. To coordinate base access email your legal full name to the following by 21SEP22:
Drew Zimmerman, drew.zimmerman.2@us.af.mil, Contract Specialist
Chris Ladnier, darrell.ladnier@us.af.mil, Contract Specialist
Donald Crawford, donald.crawford.8@us.af.mil, Contracting Officer
Schedule of Events:
DAY1 – SITE VISIT -- 22SEP22
Meet at Maxwell Visitor Center, 10 North Pine Street, Building 502, Maxwell AFB, AL from 8:00 AM to 9:00 AM Central Standard Time (CST). Upon arrival at Visitor Center off Maxwell Boulevard, please provide base security with proof of identification (e.g. Driver License), car registration, and/or proof of vehicle insurance if driving. Visitor Center questions are at (334) 953-4283.
MOVE TO:
LOCATION1:
689-695 Mitchell Street, Building 677, Maxwell AFB, AL 36112
SOLICITATION#: F2X3B32224AW01
Point of Contact(s) (POCs):
Arlyne Rzepecki, arlyne.rzepecki@us.af.mil, (334) 953-5653
Linda McAndrews, linda.mcandrews.ctr@us.af.mil, (334) 953-2353
LOCATION2:
525 Chennault Circle, Building 693, Maxwell AFB, AL 36112
SOLICITATION#: F2XH312236A001
POC:
Dava Hornbeak, dava.hornbeak.1@us.af.mil, (334) 953-6427
LUNCH
LOCATION3:
225 Chennault Circle, Building 1402, Maxwell AFB, AL 36112
SOLICITATION#: F2XHC12210AW05
POC:
Brian Grete, brian.grete.2@us.af.mil, (334) 953-2490
LOCATION4:
600 Chennault Circle, Building 1406, Maxwell AFB, AL 36112
SOLICITATION#: F2XHC62231AW01
POC:
Martin Romig, martin.romig.2@us.af.mil, (334) 953-4594
LOCATION5:
405 Computer Loop Drive, Building 895, Gunter Annex, Maxwell AFB, AL 36115
SOLICITATION#: F2X3B32224AW02
POC: Jonnie Clark, jonnie.clark@us.af.mil, (334) 416-3185
DAY2 – SITE VISIT -- 22SEP22 or 23SEP22
If required, we will meet at next building required to be determined at end of day one (1).
END OF SITE VISIT – QUESTIONS/ANSWERS – 23SEP22
No later than (NLT) 11:59 AM CST, all questions/answers from the site visit shall be emailed to the Contract Specialists and Contracting Officer annotated above.
END OF QUESTIONS/ANSWERS – RESPONSES – 23SEP22
NLT 3:00 PM CST, all questions/answers from the site visit will be provided from the Contract Specialists and Contracting Officer annotated above.
END OF RESPONSES – QUOTATIONS/PROPOSALS – 26SEP22
NLT 11:59 AM CST, all quotations/proposals are due to the Contract Specialists and Contracting Officer annotated above.
SCHEDULE OF SUPPLIES/SERVICES:
Specific to each building above as five (5) separate transactions.
CLIN
Description of Requirement
Qty
0001
Carpet
XX Sq Yd
0002
Removing/Installation
1 Lot
0003
Materials (i.e. Base Cove)
1 Lot
DELIVERY INFORMATION
LOCATION3:
225 Chennault Circle, Building 1402, Maxwell AFB, AL 36112
SOLICITATION#: F2XHC12210AW05
QUOTATION PREPARATION INSTRUCTIONS
To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Failure to do so may result in an offer being determined non-responsive and ineligible for award. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.
Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be considered late and handled in accordance with FAR 52.212-1(f). Multiple offers will not be accepted under this Request for Quotation. Each location and solicitation will receive it’s own award.
THE OFFEROR’S QUOTE PACKAGE SHALL INCLUDE THE FOLLOWING:
The offeror must submit dated quote on company letterhead with unit prices and extended prices in response to this solicitation.
Performance Requirements and Product Specifications: The offeror’s quote include sufficient performance information and product specifications to clearly demonstrate an ability to meet the minimum requirements of the Schedule of Supplies/Services for CLINs 0001-0003 IAW with the attached Statement of Work (SOW). Product specifications (i.e. product information, brochures) must be included to clearly corroborate how all minimum requirements would be met by the offeror’s quote.
Project Milestone Plan (PMP): The offeror shall provide a PMP that establishes a timeline from issuance of the contract through the installation of the new carpet and removal/disposal of the old carpet and debris. The PMP will be incorporated into the contract. The exact format and content of the PMP is at the offeror’s discretion, but it shall be expressed in terms of “days after contract” and include, at a minimum, a timeline for;
Description
Days After Contract
Product Delivery
Installation
Total # of Days to Contract Completion
The delivery date will be incorporated into the contract.
Representations and Certifications:
IAW 52.212-3, the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision, including the additions to (c) (11) at 52.212-3, Alternate I.
Interested parties capable of providing the requirement must include discount terms, tax identification number, cage code, and DUNS.
To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220.
Responses to this notice shall be provided in writing via email to both the Contract Specialists, Drew Zimmerman at drew.zimmerman.2@us.af.mil; Chris Ladnier, darrell.ladnier@us.af.mil; and the Contracting Officer, Donald Crawford donald.crawford.8@us.af.mil. All responses shall be received NLT 11:59 AM CST, 26SEP22. Email is the preferred method. Upon receipt of your quote, the Government will confirm receipt within 24 hours. If a confirmation has not been received within 24 hours, please contact the Contract Specialists or the Contracting Officer identified in this notice.
BASIS FOR AWARD
This will be a competitive best value acquisition utilizing FAR 13, Simplified Acquisition Procedures. Award will be made to the lowest priced offeror that meets the minimum criteria identified below. Quotes will be assigned ratings of Acceptable (clearly meets minimum requirements) and Unacceptable (does not clearly meet minimum requirements).
Performance Requirements and Product Specifications: The offeror’s quote will be evaluated to ensure it included sufficient performance information and product specifications to clearly demonstrate an ability to meet the minimum requirements of the Schedule of Supplies/Services for CLINs 0001-0003 IAW with the attached Statement of Work (SOW). Product specifications (i.e. product information, brochures) must be included to clearly corroborate how all minimum requirements would be met by the offeror’s quote.
Price: The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis.
ATTACHMENT(S):
Attachment 1 – Statement of Work (SOW)
Attachment 2 – Contract Clauses and Provisions
Attachment 3 – Wage Determination
Attachment 4 – USAF Carpet Program Ordering Guide
Attachment 5 – Schedule of Events (Site Visits)
Attachment 6 – Floor Plan
Attachment 7 – Approved Carpet Selections
Attachments/Links
Contact Information
Contracting Office Address
- ADMINISTRATIVE ONLY NO REQUISITIONS 50 LEMAY PLAZA S
- MAXWELL AFB , AL 36112-6334
- USA
Primary Point of Contact
- Darrell C. Ladnier
- darrell.ladnier@us.af.mil
- Phone Number 3349533086
Secondary Point of Contact
- Drew Zimmerman
- drew.zimmerman.2@us.af.mil
- Phone Number 3349535611
History
- Oct 12, 2022 10:56 pm CDTCombined Synopsis/Solicitation (Updated)
- Sep 23, 2022 02:16 pm CDTCombined Synopsis/Solicitation (Updated)
- Sep 20, 2022 02:15 pm CDTCombined Synopsis/Solicitation (Original)