Skip to main content

An official website of the United States government

You have 2 new alerts

Carpet Tile Removal and Installation B7514

info alert

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: Nov 14, 2023 11:51 am MST
  • Original Date Offers Due: Dec 01, 2023 12:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 16, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7220 - FLOOR COVERINGS
  • NAICS Code:
    • 238330 - Flooring Contractors
  • Place of Performance:
    Tucson , AZ 85707
    USA

Description

COMBO SYNOPSIS - SOLICITATION

Carpet Tile Installation for 309 AMARG B7514

  1. 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; proposals are being requested and a written solicitation will not be issued.

  1. Solicitation FA4877-24-Q-A093 is issued as a Request for Quotation (RFQ).

  1. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-06 effective date 11/06/2023, DFARS change 09/29/2023 effective date 09/29/2023, and DAFFARS DAFAC 07/07/2023 effective date 07/07/2023. This RFQ is issued in accordance with all of the terms and conditions of the Air Force Furnishings Commodity Council (AF FCC) Mandatory Carpet Program Tier I contracts. The Wage Determination 2015-5473 Revision #20 Dated 07/21/2023 will be incorporated into the final contract award.

  1. The associated North American Industrial Classification System (NAICS) code for this procurement is 238330 with a small business size standard of $19M. This requirement is issued as a 100% small business set-aside.

  1.      The contractor shall provide all parts, tools, equipment, materials, transportation, personnel, labor, supervision, and management to perform carpet tile removal and installation services for 309 AMARG, at Davis-Monthan Air Force Base (DMAFB) Tucson AZ.

  1. The government intends to award a firm-fixed price contract for Carpet Tile Replacement and Installation Services as outlined in Attachment 1 – CLIN Pricing Schedule.

Notice to Offeror(s): The Mandatory Carpet Program identifies all prospective open market installers as “Tier II” contractors and the seven (7) mandatory carpet source contractors as “Tier I” contractors. Tier II contractors (any interested parties responding to this notice) are instructed to contact one, some, or all of the Tier I contractors to obtain material quotes. Tier I contractor POC (point of contact) information is included in Attachment 4 – Tier I POC Information. Please note: shipping costs were not included in the Air Force Furnishings Commodity Council (AFFCC) Carpet Program Tier I contracts, therefore, contractors are instructed to include shipping fees (if any) within CLIN 0001.

  1. Requested installation services shall be performed at B7514 located on the 309 AMARG Complex. All associated deliveries must be coordinated with the designated AMARG point of contact.

  1. FAR 52.212-1 Instructions to Offerors -- Commercial Items (Sep 2023) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:

1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The pricing proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.

2. Technical Acceptability, at a minimum, is defined as providing the carpet tiles and installation services in accordance with the attached Performance Work Statement and the AF Carpet Program Guidelines. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

3. System for Award Management Registration.

(a) Definitions. As used in this provision—

“Unique Entity Identifier (UEI)” means a number or other identifier used to identify a specific commercial, nonprofit, or Government entity. See www.sam.gov for the designated entity for establishing unique entity identifiers.

“Registered in the System for Award Management (SAM) database” means that—

  1. The Offeror has entered all mandatory information, including the unique entity identifier and the EFT indicator, if applicable, the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 into SAM

  1. The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in SAM;

  1. The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process.

  1. The Government has marked the record “Active”. (b)
  1. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.

  1. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “UEI” followed by the UEI number that identifies the offeror’s name and address exactly as stated in the offer. The Offeror also shall enter its EFT indicator, if applicable. The unique entity identifier will be used by the Contracting Officer to verify that the Offeror is registered in the SAM.

  1. If the offeror does not have a UEI number, it should contact the entity designated at www.sam.gov for establishment of the unique entity identifier directly to obtain one.
    1. The offeror should be prepared to provide the following information:

      1. Company legal business name.

      1. Trade style, doing business, or other name by which your entity is commonly recognized.

      1. Company physical street address, city, state and Zip Code.

      1. Company mailing address, city, state and Zip Code (if separate from physical).

      1. Company telephone number.

      1. Date the company was started.

      1. Number of employees at your location.

      1. Chief executive officer/key manager.

      1. Line of business (industry).

      1. Company Headquarters name and address (reporting relationship within your entity).

  1. Processing time should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. See https://www.sam.gov for information on registration.

  1. FAR 52.212-2 Evaluation -- Commercial Items (Nov 2021) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:

    1. 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, price and other factors considered. The following factors shall be used to evaluate offers:

Factor 1: Price – The contractor’s Firm Fixed-Prices under each CLIN shall be evaluated for fairness and reasonableness, pursuant to regulation.

Factor 2: Technical – The offeror’s technical quote will be evaluated based on the Technical Factors stated below. Technical Acceptability will be rated as either Technically Acceptable or Not Technically Acceptable. In order to be considered Technically Acceptable, the contractor’s quote must meet all of the following Technical Factors:

Technical Sub-Factor 1: Adherence to PWS. The offeror must demonstrate its capability to meet requirements within the attached Performance of Work Statement.

Technical Sub-Factor 2: Certification. The offeror’s quote shall provide documentation that shows the contractor overseeing the project is a certified installer for the manufacturer of the carpet style selection offered, -or- is certified at the C-2 level or higher by the International Certified Floorcovering Installers Association.

  1. Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Products and Commercial Services (Nov 2023); or confirmation of registration in www.sam.gov with access to complete Reps & Certs.

  1. The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (Nov 2023), is hereby incorporated by reference, with the same force and effect as if it were given in full text.

  1. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Products and Services (Nov 2023), is hereby incorporated by reference, with the same force and effect as if it were given in full text.

  1. 52.252-1 -- Solicitation Provisions Incorporated by Reference.

Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

www.acquisition.gov

Additionally, the following clauses and provisions apply to this acquisition:

FAR 52.203-3

Gratuities

Apr 1984

FAR 52.203-12

Limitation On Payments To Influence Certain Federal Transactions

Jun 2020

FAR 52.204-4

Printed or Copied Double-Sided on Postconsumer Fiber Content Paper

May 2011

FAR 52.204-7 (P)

System for Award Management

Oct 2018

FAR 52.204-8 (P)

Annual Representation and Certifications

Mar 2023

FAR 52.204-10

Reporting Executive Compensation and First-Tier Subcontract Awards

June 2020

FAR 52.204-13

System for Award Management Maintenance

Oct 2018

FAR 52.204-16 (P)

Commercial and Government Entity Code Reporting

Aug 2020

FAR 52.204-17 (P)

Ownership or Control of Offeror

Aug 2020

FAR 52.204-18

Commercial and Government Entity Code Maintenance

Aug 2020

FAR 52.204-20 (P)

Predecessor of Offeror (see Attachment 2)

Aug 2020

FAR 52.204-21

Basic Safeguarding of Covered Contractor Information Systems

Nov 2021

FAR 52.209-6

Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

Nov 2021

FAR 52.209-10

Prohibition on Contracting with Inverted Domestic Corporations

Nov 2015

FAR 52.217-5

Evaluation of Options

July 1990

FAR 52.217-8

Option to Extend Services

Nov 1999

FAR 52.217-9

Option to Extend the Term of the Contract

Mar 2000

FAR 52.219-6

Notice of Total Small Business Set-Aside

Nov 2020

FAR 52.219-8

Utilization of Small Business Concerns

Sep 2023

FAR 52.219-28

Post-Award Small Business Program Representation

Sep 2023

FAR 52.222-3

Convict Labor

Jun 2003

FAR 52.222-19

Child Labor – Cooperation with Authorities and Remedies

Dec 2022

FAR 52.222-21

Prohibition of Segregated Facilities

Apr 2015

FAR 52.222-22

Previous Contracts and Compliance Reports

Feb 1999

FAR 52.222-26

Equal Opportunity

Sep 2016

FAR 52.222-35

Equal Opportunity for Veterans

Jun 2020

FAR 52.222-36

Equal Opportunity for Workers With Disabilities

Jun 2020

FAR 52.222-37

Employment Reports on Veterans

Jun 2020

FAR 52.222-40

Notification of Employment Rights under the National Labor Relations Act

Dec 2010

FAR 52.222-50

Combating Trafficking in Persons

Nov 2021

FAR 52.223-6

Drug-Free Workplace

May 2001

FAR 52.223-18

Encouraging Contractor Policies to Ban Text Messaging While Driving

Jun 2020

FAR 52.225-13

Restrictions on Certain Foreign Purchases

Feb 2021

FAR 52.232-23

Assignment of Claims

May 2014

FAR 52.232-25

Prompt Payment

Jan 2017

FAR 52.232-33

Payment by Electronic Funds Transfer – System for Award Management

Oct 2018

FAR 52.232-39

Unenforceability of Unauthorized Obligations

Jun 2013

FAR 52.232-40

Providing Accelerated Payments to Small Business Subcontractors

Mar 2023

FAR 52.233-1

Disputes

May 2014

FAR 52.233-3

Protest After Award

Aug 1996

FAR 52.233-4

Applicable Law for Breach of Contract Claim

Oct 2004

FAR 52.237-2

Protection of Government Buildings, Equipment, and Vegetation

Apr 1984

FAR 52.242-13

Bankruptcy

Jul 1995

FAR 52.244-6

Subcontracts for Commercial Products and Commercial Services

Nov 2023

FAR 52.247-34

F.O.B. – Destination

Nov 1991

DFARS 252.203-

7000

Requirements Relating to Compensation of Former DoD Officials

Sep 2011

DFARS 252.203-

7005

Representation Relating to Compensation of Former DoD Officials

Sep 2022

DFARS 252.204-

7003

Control of Government Personnel Work Product

Apr 1992

DFARS 252.204-

7008

Compliance with Safeguarding Covered Defense Information Controls

Oct 2016

DFARS 252.204-

7012

Safeguarding Covered Defense Information and Cyber Incident Reporting

Jan 2023

DFARS 252.209-

7004

Subcontracting with firms that are owned or controlled by the Government of a country that is a state sponsor of terrorism

May 2019

DFARS 252.215-

7008 - (P)

Only One Offer

Dec 2022

DFARS 252.225-

7048

Export Controlled Items

Jun 2013

DFARS 252.223-

7008

Prohibition of Hexavalent Chromium

Jan 2023

DFARS 252.232-

7003

Electronic Submission of payment Requests and receiving reports

Jun 2012

DFARS 252.232-

7006

Wide Area Workflow Payment Instructions (See Full Text Attachment 3)

Jan 2023

DFARS 252.232-

7010

Levies on Contract Payments

Dec 2006

DFARS 252.243-

7001

Pricing of Contract Modifications

Dec 1991

DFARS 252.243-

7002

Request For Equitable Adjustment

Dec 2022

DFARS 252.244-

7000

Subcontracts for Commercial products and Commercial Services

Jan 2023

AFFARS 5352.201-

9101

Ombudsman

Oct 2019

AFFARS 5352.242-

9000

Contractor Access To Air Force Installations

Oct 2019

  1. An optional site-visit will be held on Tuesday, 28 Nov 2023 at 1530, Arizona Local Time. Interested parties whom would like to attend MUST notify the Points of Contact no later than (NLT) Tuesday, 21 Nov 2023 by 1400 to confirm attendance. Site visit attendees shall meet at the Davis-Monthan Air Force Base Visitor’s Center outside of the Craycroft Road gate at no later than 1445 in a non-commercial vehicle.

  1. Site Visit Procedures. In order to gain access to the installation, all site visit attendees must bring current driver’s license identification, current vehicle registration, current vehicle insurance, and personal social security number. Failure to meet or provide any of the items above shall result in the denial of installation access and reschedule requests shall be denied.

  1. NOTICE TO ALL INTERESTED PARTIES: Any questions shall be submitted by Wednesday, 29 Nov 2023 at 2:00PM Mountain Standard Time to: 355th Contracting Squadron/PK-AMARG, Attn: Patricia Murray via email patricia.murray.6@us.af.mil and Rachelle Jenkins, via e-mail: rachelle.jenkins.3@us.af.mil . An amendment will be issued providing the Government’s answers all questions received. Quotes are due no later than NOON Mountain Standard Time on Friday, 1 Dec 2023; quotes shall include the following:

Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit to 10 pages.

Part 2- Price – Submit one (1) copy of price schedule, limited to 10 pages.

Part 3- Representations And Certifications (Reps/Certs) – Submit IAW para (x) above

(xvii) Quotations shall be submitted to Contract Administrator Patricia Murray via email patricia.murray.6@us.af.mil and Contracting Officer Rachelle Jenkins via email rachelle.jenkins.3@us.af.mil. For information regarding this solicitation, contact Rachelle Jenkins at (520) 228-3598.

CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS

Attachment #:             Item Description:                                                               Page(s):

1

CLIN Pricing Schedule

1

2

Performance Work Statement

9

3

Floor Plan

1

4

Tier 1 Contractor POCs

1

5

Wage Determination

13

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 520 228 3131 3180 S CRAYCROFT RD BLDG 2525
  • DAVIS MONTHAN AFB , AZ 85707-3522
  • USA

Primary Point of Contact

Secondary Point of Contact

History