Skip to main content

An official website of the United States government

You have 2 new alerts

Building 8401 Carpet Replacement at Vandenberg SFB, CA

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: Aug 03, 2022 01:51 pm PDT
  • Original Date Offers Due: Aug 25, 2022 01:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 09, 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:
    Lompoc , CA 93437
    USA

Description

Request for Quote

For

Bldg. 8401 Rm 214 Carpet Vandenberg SFB

FA461022Q0099

 (i)           This is a solicitation for commercial service 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; quotes are being requested and a written solicitation will not be issued.

(ii)          Solicitation FA461022Q0099 is issued as a Request for Quotation (RFQ).

(iii)          The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, effective 26 April 2022.

(iv)          The associated NAICS code is 314110, “Carpet and Rug Mills. A 100% Small Business set aside will apply with a size standard of 1,500 employees.

 (v)          A Pricing Schedule is incorporated as Attachment 2 - Price Schedule.  Vendors shall complete the attachment in its entirety and return with any other documentation/data as required. 

(vi)          Delivery shall be FOB Destination. All services are to be performed on Vandenberg Space Force Base, CA.

 (vii)        FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (Nov 2021) is hereby incorporated by reference, with the same force and effect as if it were given in full text.

(viii)        FAR 52.212-2 Evaluation—Commercial Products and Commercial Services (Nov 2021) is hereby incorporated by full text:

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. It is required that contractors must source their carpet material from a TIER 1 Vendor for this acquisition. Tier 1 vendor contact information is attached as Attachment 4 Tier 1 Vendor Information. The following factors shall be used to evaluate offers:

I.      Price

II.    Technical capability in accordance with the Performance Work Statement (PWS)

     

b.     Options: N/A

c.     A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of Provision)

 (ix)         The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2021), is hereby incorporated by reference, with the same force and effect as if it were given in full text.

(x)           The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (May 2022), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition:

FAR 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENTFAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS

FAR 52.209-6 PROTECTING THE GOVERNMENT’S INTEREST WITH SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT

FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE

FAR 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION

FAR 52.219-33 NONMANUFACTURER RULE

FAR 52.222-3 CONVICT LABOR

FAR 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES

FAR 52.222-21 PROHIBITION OF SEGRAGATED FACILITIES

FAR 52.222-26 EQUAL OPPORTUNITY

FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS

FAR 52.223-18 ENCOURAGING CONTRACTOR POLIEIS TO BAN TEXT MESSAGING WHILE DRIVING

FAR 52.225-1 BUY AMERICAN-SUPPLIES

FAR52.225-3 BUY AMERICAN-FREE TRADE AGREEMENT-ISRAELI TRADE ACT

52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES
52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER – SYSTEM FOR AWARD MANAGEMENT

(xi)          All potential offerors are reminded that compliance with the provision at FAR 52.204-7, System for Award Management, is mandatory.  Lack of registration in SAM will render an offeror ineligible for contract award.

(xii)         NOTICE TO ALL INTERESTED PARTIES:

  1. Site Visit: Monday, 15 August 2022 1:00 PM PDT
  2. Questions Due: Wednesday, 17 August 2022 NLT 1:00 PM PDT
  3. Answers Distributed: Monday, 22 August 2022
  4. Quotes Due: Thursday, 25 August 2022 NLT 1:00 PM PDT
  5. Tentative Contract Award: Wednesday, 31 August 2022

Offers:  Quotes are due no later than 1:00 PM PDT on 25 August 2022. Quotes shall include the following:

a.     Price Schedule

b.    Technical Capability Document

 (xiii)       Quotations and questions shall be submitted electronically via e-mail to A1C Lauren Havens at lauren.havens@spaceforce.mil. As well as Lt Jordan Feliciano at jordan.feliciano.1@spaceforce.mil. All questions shall be submitted on a single sheet.

Quotes submitted electronically are cautioned that DOD systems have very strict firewall protocols and the Government will not be held responsible for timely and complete receipt of quotes by email.  If submitting quote by e-mail the size should not exceed 10MB.  The government will respond to each offer, via email, to confirm receipt. If you do not receive this confirmation please inquire by phone immediately at 805-605-3933.

(xiv)        List of Attachments:

a.     Attachment 1 - Performance Work Statement (PWS)

b.     Attachment 2 – Price Schedule

c.     Attachment 3 – Technical Acceptability Document

d.     Attachment 4 – Tier 1 Vendor Contact Information

e.     Attachment 5 -- Building 8401 Floor Plan

Addendum FAR 52.212-2

Evaluation Factors for Award:  The Government intends to award to the lowest priced quote that is technically acceptable.  In accordance with 13.106-2(b)(3), the Government is not required to establish a competitive range, conduct discussions, or score quotes.  Consistent with simplified acquisition procedures, the evaluation process is as follows:

Price: 

The Government will evaluate all quotes for price, ranking from lowest to highest total evaluated price. The total evaluated price is the sum of all Contract Line Items (CLINS) and is highlighted red in Attachment 2- Price Schedule.

Technical Capability

The Government will evaluate the lowest priced offeror’s technical capability statement to ensure it meets the requirements set forth in the attached Performance Work Statement. It is required that contractors must source their carpet material from a Tier 1 Vendor for this acquisition. Tier 1 vendor contact information is attached as Attachment 4 Tier 1 Vendor Information. If the offerors response to the technical capability document is determined NOT to meet the Governments requirement, the evaluation will continue to the next lowest quote until one is determined to meet the Governments requirement.

(End of provision)

Contact Information

Contracting Office Address

  • ADMINISTRATIVE ONLY NO REQUISITIONS 1515 ICELAND AVE RM 150
  • VANDENBERG SFB , CA 93437-5212
  • USA

Primary Point of Contact

Secondary Point of Contact

History