Federal Bid

Last Updated on 07 Aug 2018 at 8 AM
Combined Synopsis/Solicitation
Cannon air force base New mexico

Carpet Replacement

Solicitation ID FA4855-18-Q-0016
Posted Date 12 Jul 2018 at 9 PM
Archive Date 07 Aug 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4855 27 Socons Lgc
Agency Department Of Defense
Location Cannon air force base New mexico United states 88103
i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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) This is a Request for Quotation (RFQ), solicitation number FA4855-18-Q-0018.

iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-96 and Defense Change Notice 20171106.

(iv) This acquisition is set-aside 100% for Small Business. The NAICS code is 314110 and the Small Business Size Standard for this NAICS code is 1,500 employees.

(v) OSI Carpet

The carpet must be purchased through one of the following mandatory sources:
Shaw Inc. -- Contract #: FA8057-17-C-0002
Web: www.shawcontractgroup.com
POC: Farrah Finley
Phone: (888) 393-2830 pin 2273 (BASE)
Email: [email protected]
J+J Flooring Group -- Contract #: FA8057-17-C-0003
Web: jjflooringgroup.com
POC: Kay Henderson
Phone: (800) 241-4586 x8389
Email: [email protected]
Mohawk -- Contract #: FA8057-17-C-0004
Web: www.mohawkgroup.com
POC: AnnaLeigh Warmack
Phone: (800) 622-6228 x46554
Email: [email protected]
CMA-Milliken Contract#: FA8057-17-C-0005
Web: www.cma-gsa.com
POC: Paul Snyder; Betty King
Phone: (888) 669-9772
Email: [email protected]

Offerors must first buy carpet from a mandatory source and provide the Government with the price quoted by the source. The final quote must incorporate the cost of carpet from mandatory source and the your cost of installation. Interested vendors can measure and survey the area on, Wed, 18 July 2018 at 10:00 A.M. If this date does not work, please contact the POC's for this solicitation to schedule anotehr date and time. The survey must take place before the closing of this solicitation

CLIN 0001: Approximately 293 square yards and 875 liner feet of cove base, see floor plan attached. The Contractor shall deliver materials to the work site for each request. The material shall be delivered in the manufacturer's original wrappings and packages. Each roll of carpet shall have register number stenciled on the bale. Include color, run number, pattern and quality description on wrapping or a tag attached to carpet. REQUESTING: Blue Color Scheme in Roll Goods: Cove Color: 139 Deep Navy
Milliken: Naturally Drawn "Watercolor Lesson" Harbor Grey #WLN 19/73
J & J Flooring: Insight/Impulse III BL- Call an Old Flame #3408
Shaw: Scholastic II- Academic Probation 00401
Mohawk: In the Loop- Voltaic Blue #7575

Before installation services begin, the Contractor shall perform a physical survey of the actual site to verify the amount of flooring and materials needed and to inspect to obtain all information needed for the performance of the service(s).

The Contractor shall remove existing carpet and dispose of off base in accordance with all applicable Federal, State, and local laws and regulations. Existing concrete floor shall be scraped, swept, and vacuumed clean of any debris prior to installing new carpet.

(vi) Delivery shall be F.O.B. Destination to:
Building 575
Cannon AFB, NM 88103
Delivery Date: 60 Days ARO
(If 60 Day ARO delivery and install cannot be met, please provide alternative timeline.)

(vii) A statement that the provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following is included as an addendum to 52.212-1:

All quotes must contain unit and extended prices from the CLINS listed in paragraph v of this RFQ. Multiple awards are not anticipated, but the Government reserves the right to consider multiple awards during evaluation. Proposals containing additional CLINS outside CLINS listed in paragraph v will be considered nonresponsive and not considered for award. If additional items are proposed, offerors must include those items as a part of the CLINS provided.

All offerors must include a delivery date. If no delivery date is provided, a delivery date of days 60 ADC will be assumed.

All offerors must provide pictures of previous signs supplied to other customers, if applicable.

The following provisions also apply:
FAR 52.252-1, Solicitation Provisions Incorporated by Reference: full text provisions can be found at http://farsite.hill.af.mil
DFARS 252.204-7004 Alternate A, System for Award Management.


(viii) The provision at FAR 52.212-2 Evaluation - Commercial Items:
This provision is incorporated by reference, and paragraph (a) is modified to read as follows:
This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process:
Price
Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products will meet the standards listed in the statement of work.
All offers will be ranked according to the total evaluated price and then reviewed for technical acceptability. If the lowest priced offer is determined to be technically acceptable, further evaluation of the remaining quotes will not take place.
*All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation.

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, 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) All offerors must complete and submit the provision at FAR 52.212-3 Offeror Representations and Certifications --Commercial Items, or its electronic equivalent. All offerors must complete the following provision and include it with any quotes submitted:

(x) The clause at FAR 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition.

(xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable:
FAR 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters, FAR 52.219-6 Notice of Total Small Business Aside, FAR 52.219-Limitations on Subcontracting, FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging with Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management, FAR 52.247-64, Preference for Privately Owned U.S-Flag Commercial Vessels

(xii) The following terms and conditions also apply:
FAR 52.204-19 Incorporation by Reference of Representations and Certifications
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation
FAR 52.225-18 Place of Manufacture.
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.246-16 Responsibility for Supplies
FAR 52.252-2 Clauses Incorporated by Reference: full text clauses can be found at http://farsite.hill.af.mil
FAR 52.253-1 Computer Generated Forms
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7994 Prohibition on Contracting with Entities that Require Certain Confidentiality Agreements-Representation
DFARS 252.203-7995 Prohibition on Contracting with Entities that Require Certain Confidentiality Agreements
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7003 Agency Office of the Inspector General
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252.204-7004 Alternate A, System for Award Management
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.223-7008 Prohibition of Hexavalent Chromium
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors
DFARS 252.225-7035 Buy American-Free Trade Agreements --Balance of Payments Program Certificate
DFARS 252.225-7036 Alternate I Buy American-Free Trade Agreements--Balance of Payments Program
DFARS 252.232-7003 Electronic Submission of Payment Request
DFARS 252.232-7006 Wide Area Workflow Instructions
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.243-7001 Pricing of Contract Modifications
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Transportation of Supplies by Sea
AFFARS 5352.201-9101 Ombudsman: Local POC and contact information will be provided upon request.
AFFARS 5352.242-9000 Contractor Access to Air Force Installations

(xiii) Quotes must be signed, dated and submitted by 23 July 2018, 1400hrs, Mountain Standard Time. All quotes for commercial items MUST be submitted with a Buy American Certificate in accordance with DFARS 252.225-7000. Quotes shall be electronically submitted via email and received by both of the following points of contact (POC). It is the offeror's responsibility to confirm receipt of timely quotes. The Government reserves the right to consider late quotes. The Government accepts no responsibility if quotes are not considered due to email rejections or emails not going through to the POCs. Failure to email both POC's may result in an unsuccessful offer.

Primary: A1C Colby Rolfe - [email protected]
Alternate: SSgt Brett Nidiffer - [email protected]

For further inquiries, please email the POC's listed above or the Contracting Officer, MSgt April Thomas - [email protected]

Bid Protests Not Available

Similar Past Bids

Cannon air force base New mexico 16 Jul 2018 at 10 PM
Cannon air force base New mexico 30 Jul 2018 at 11 PM
Cannon air force base New mexico 30 Jul 2018 at 11 PM
Location Unknown 12 Jun 2019 at 9 PM
Tucson Arizona 23 Sep 2021 at 11 PM

Similar Opportunities

Warner robins Georgia 29 Aug 2025 at 8 PM
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Location Unknown 30 Jul 2025 at 8 PM