Building 23225 Carpet Replacement at Vandenberg SFB, CA
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 (Updated)
- Updated Published Date: Aug 09, 2022 10:14 am PDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 02, 2022
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Lompoc , CA 93437USA
Description
Request for Quote
For
Bldg 23225 Carpet Renovation Vandenberg SFB
FA461022Q0097
(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 FA461022Q0097 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 52.222-21 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
52.222-41 SERVICECONTRACT LABOR STANDARDS
52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES
52.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658
52.222-62 PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706
(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: Friday, 12 August 2022 at 10:00 AM PDT
2. Questions Due: Monday, 15 August 2022 NLT 1:00 PM PDT
3. Answers Distributed: Wednesday, 17 August 2022
4. Quotes Due: Monday, 22 August 2022 NLT 1:00 PM PDT
5. Tentative Contract Award: Friday, 26 August 2022
Site Visit: To attend the site visit, email A1C Lauren Havens at lauren.havens@spaceforce.mil as well as Lt Jordan Feliciano at jordan.feliciano.1@spaceforce.mil stating that you will be attending NLT COB Thursday, 11 August 2022.
Offers: Quotes are due no later than 1:00 PM PDT on 22 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 - Bldg 23225 Floor Plan
f. Attachment 6 - Service Contract Act Wage Determination #: 2015-5647 Revision 17
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
Primary Point of Contact
- Jordan Feliciano
- jordan.feliciano.1@us.af.mil
- Phone Number 8056062181
Secondary Point of Contact
- Lauren Havens
- LAUREN.HAVENS@SPACEFORCE.MIL