Skip to main content

An official website of the United States government

You have 2 new alerts

Carpet Tile Removal and Installation - B7319

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: Jan 23, 2023 04:07 pm MST
  • Original Date Offers Due: Feb 09, 2023 12:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 24, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S214 - HOUSEKEEPING- CARPET LAYING/CLEANING
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    85707
    USA

Description

COMBO SYNOPSIS - SOLICITATION
Carpet Tile Installation for 309 AMARG B7391
(i) 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.

(ii) Solicitation FA4877-23-Q-A112 is issued as a Request for Quotation (RFQ).

(iii) The solicitation documents and incorporated provisions and clauses are those in effect 
through Federal Acquisition Circular FAC 2023-01 effective date 12/30/2022, DFARS change 12/30/2022 
effective date 12/20/2022, and AFFARS AFAC 12/20/2022 effective date 12/20/2022. 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 #19 
Dated 12/27/2022 will be incorporated into the final contract award.

(iv) The associated North American Industrial Classification System (NAICS) code for this 
procurement is 238990 with a small business size standard of $19.0M. This requirement is issued as 
a 100% small business set-aside.

(v) 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.

(vi) 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 four (4) 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. 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.

(vii) Requested installation services shall be performed at B7391 located on the 309 AMARG Complex. 
All associated deliveries must be coordinated with the designated AMARG point of contact.

(viii) FAR 52.212-1 Instructions to Offerors -- 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. 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.

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—

“Data Universal Numbering System (DUNS) number” means the 9-digit number assigned by Dun and 
Bradstreet, Inc. (D&B) to identify unique business entities.

“Data Universal Numbering System+4 (DUNS+4) number” means the DUNS number means the number assigned 
by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no 
affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the 
discretion of the business concern to establish additional System for Award Management records for 
identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for 
the same concern.

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

(1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 
number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal 
Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and
(2) The offeror has completed the Core, Assertions, and Representations and Certification, and 
Points of contact sections of the registration in the SAM database;

(3) 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.

(4) 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.

(2) The offeror shall enter, in the block with its name and address on the cover page of its offer, 
the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the 
offeror’s name and address exactly as stated in the offer. The DUNS number will be used by the 
Contracting Officer to verify that the offeror is registered in the SAM database.

(c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to 
obtain one.

(1) An offeror may obtain a DUNS number—

(i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet 
access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or


(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The 
offeror should indicate that it is an offeror for a U.S. Government contract when contacting the 
local Dun and Bradstreet office.

(2) The offeror should be prepared to provide the following information:

(i) Company legal business name.

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

(iii) Company physical street address, city, state and Zip Code.

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

(v) Company telephone number.

(vi) Date the company was started.

(vii) Number of employees at your location.

(viii) Chief executive officer/key manager.

(ix) Line of business (industry).

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

(d) If the Offeror does not become registered in the SAM database in the time prescribed by the 
Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful 
registered Offeror.

(e) Processing time, which normally takes 48 hours, should be taken into consideration when 
registering. Offerors who are not registered should consider applying for registration immediately 
upon receipt of this solicitation.

(f) Offerors may obtain information on registration at https://www.acquisition.gov.

(ix) 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:

(a) 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.

(x) Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, 
Offeror Representations and Certifications--Commercial Items (Dec 2022); or confirmation of 
registration in www.sam.gov with access to complete Reps & Certs.


(xi) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Dec 2022), is 
hereby incorporated by reference, with the same force and effect as if it were given in full text.

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or 
Executive Orders – Commercial Items (Dec 2022), is hereby incorporated by reference, with the same 
force and effect as if it were given in full text.

(xiii) 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:

**See Attached COMBO document for associated clauses


(xiv) NOTICE TO ALL INTERESTED PARTIES: Any questions shall be submitted by Friday, 3 Feb 2023 at 
10:00AM 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 Thursday, 9 Feb 2023; quotes shall include the 
following:

a. Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit 
to 10 pages.
b. Part 2- Price – Submit one (1) copy of price schedule, limited to 10 pages.
c. Part 3- Representations And Certifications (Reps/Certs) – Submit IAW para (x) above


(xv) 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                    10
3         Floor Plan                                                   2
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