SOLICITATION NOTICE
72 -- B222 Carpet Replacement
- Notice Date
- 4/30/2025 12:19:05 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- FA3099 47 CONF CC LAUGHLIN AFB TX 78843-5101 USA
- ZIP Code
- 78843-5101
- Solicitation Number
- FA3099-25-Q-1007
- Response Due
- 5/21/2025 2:00:00 PM
- Archive Date
- 06/05/2025
- Point of Contact
- SSgt Michael Hatch, Phone: 830-298-4236, SSgt. Eric Meshako, Phone: 8302984879
- E-Mail Address
-
michael.hatch.5@us.af.mil, eric.meshako@us.af.mil
(michael.hatch.5@us.af.mil, eric.meshako@us.af.mil)
- Small Business Set-Aside
- HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Description
- This is a combined synopsis/solicitation for Carpet removal and installation prepared by 47 Contracting Squadron at Laughlin AFB, TX in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number ""FA3099-25-Q-1007, Carpet Replacement Building 222"" is hereby issued as a Request for Quotation(RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. The Government is contemplating making award based on the lowest price technically acceptable quote received meeting all the requirements per the �Statement of Objective (SOW)�. This acquisition will be a small business set aside under the North American Industry Classification System code 238330 with a small business size standard of $19,000,000.00. This acquisition is 100 Percent HUBZone and will hereby be solicited as such. Funds are NOT presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. The 47 CES at Laughlin AFB, TX, is seeking the purchase and installation of carpet for the Laughlin AFB Building 222 in accordance with the SOW. As stated in the SOW, there are Seven (7) manufacturers (Mohawk Group, Engineered Floors, Interface Americas, Mannington, Tarkett, Milliken, and Bentley Mills) where the material must be purchased from directly. The seven (7) vendors have established terms and conditions to potential installers/dealers. Offerors must use these vendors for the carpeting and adhesives. Contact the manufacturers for material quotes. Offerors must list the price for the carpet and adhesives from each manufacturer contacted, and which manufacturer the offeror intends to use. Provide the price for the carpet and adhesives in your quote. The contact information for each of the seven manufacturers is included in the SOW. An example pricing format to include in offeror quotes is provided in Attachment 3. For the carpet, vendors may choose any manufacturer that meets the minimum requirements stated in the SOW. For any other flooring materials, vendors may choose any manufacturer that meets requirements stated in the SOW. Ensure all of the following items are addressed in your quotation: 1)Carpet Company you will be going with, style, and price of carpet, adhesive material and labor. 2) Description of CLIN and Price per Attachment 3; ensure attached pricing sheet is filled out completely. 3) Any applicable prompt payment discounts terms 4) Length of time quote is valid (Quote shall be valid until 30 May 25) 5) Contact information for individuals authorized to provide pricing information 6) Commercial and Government Entity (CAGE) code for System for Award Management (SAM). Offerors shall include with their offer a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) and Alt I (Feb 2024). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. Although this RFQ package contains all items necessary so that Quotes can be submitted, an optional site visit will be made available on May 08, 2025 at 11:00AM (CDT). Any offeror that is interested in attending the optional site visit must submit notice of intent and all required information (EAL) for the site visit by 10:00AM (CDT) on May 07, 2025. An email will be sent with the official date of the site visit, if and only, we received the above information. If a site visit is held, all questions must be submitted two days after the site visit. If there is no site visit, all questions relating to the solicitation are due by 10:00AM (CDT) May 09, 2025. Quotes are due by 04:00 pm (CDT) on May 21, 2025. Please send quotes to SSgt Michael Hatch at michael.hatch.5@us.af.mil and SSgt Eric Meshako at eric.meshako@us.af.mil. If you have any questions please call (830)298-4236 or send an e-mail to the above address. NOTICE TO OFFERORS: Funds are NOT presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Attachments: Attachment 1 SOW CARPET Installation Laughlin Maintenance HQ B222 Attachment 2 Building 222 Floor Plan Attachment 3 CLIN_Pricing_Schedule Attachment 4 Wage Determination Attachment 5 EAL
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e5815640a61e42c4b18c3e4acf949a1b/view)
- Place of Performance
- Address: Laughlin AFB, TX 78843, USA
- Zip Code: 78843
- Country: USA
- Zip Code: 78843
- Record
- SN07427006-F 20250502/250430230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |