Amendment 2 - Attached revised Q&A document.
Amendment 1 - Attached Q&A document.
This is a Combined Synopsis/Solicitation for the acquisition of carpet removal and new plank flooring installation in Buildings 1642. Contractor shall:
- Remove the existing carpet in Building 1642.
- Supply new plank vinyl tile.
- Install new plank vinyl time in Building 1642.
Please see attachments for further details.
(i) This is a combined synopsis/solicitation for commercial services 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. Simplified Acquisition Procedures (FAR Part 13) will be used for requirement.
(ii) Solicitation Number: FA930225Q0081 **Please provide the full solicitation number on all packages**
Interested parties who believe they can meet all the requirements for the services described in this combined synopsis/solicitation are invited to submit, in writing, a complete quote.
Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted.
This solicitation is issued as a Request for Quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-04, DFARS Change 01/17/2025 and DAFFARS Change 10/16/2024.
(iv) THIS REQUIREMENT WILL BE: 100% WOMEN-OWNED Small Business Set-Aside. The North American Industry Classification System (NAICS) number for this acquisition is 561210 “Facilities Support Services” with a size standard $47,000,000.00.
(v) Period of Performance shall not exceed 30 days.
(vi) The provision at FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/.
Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:
1. SAM UEI:
2. UEI Number:
3. CAGE Code:
4. Contractor Name:
5. Payment Terms (NET 30) or Discount:
6. Point of Contact Name and Phone Number:
7. Email address:
8. Warranty (if applicable):
9. Date Offer Expires:
10. FOB Destination:
11. Estimated Period of Performance:
12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications—Commercial Products and Commercial Services (Feb 2024) – or - notification that FAR 52.212-3 representations and certifications are available on SAM.gov
(vii) The provision at FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. 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:
***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive***
The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains one non-cost subfactor: (1) Ability to provide carpet removal services, new plank vinyl tile installation services, and new plank vinyl tile.
The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government.
Evaluation Factors:
1. Price
2. Technical Acceptability
Technically Acceptable Subfactors:
1. Ability to provide carpet removal services, new plank vinyl tile installation services, and new plank vinyl tile.
The ability to provide the services and products as stated in the Statement of Work will be assigned ratings of satisfactory or unsatisfactory.
The Government will award a purchase order resulting from the RFQ to a responsible offeror whose quote is responsive to the RFQ and considered to be the LTPA.
(viii) Offerors must have completed copies of applicable provisions in sam.gov. Offers will be considered incomplete if not completed.
(ix) The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.
(x) The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Jan 2025), applies to this acquisition.
(xi) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses attached; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/
(xii) Defense Priorities and Allocation System (DPAS): N/A
(xiii) Quote Submission Information:
It is the government’s intent to award without discussions. Therefore, each initial quote should contain the offeror’s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary.
Offers are due by 20 August 2025 at 12:00 PM, Pacific Daylight Time (PDT).
Offers must be sent via email to both Jenna Jacobson (jenna.jacobson@us.af.mil) AND Karla Vazquez Montes (karla_lizette.vazquez_montes@us.af.mil). No late submissions will be accepted.
(xiv) For additional information regarding this solicitation contact:
Primary Point of Contact:
Karla Vazquez
Contract Specialist
karla_lizette.vazquez_montes@us.af.mil
Secondary Point of Contact:
Jenna Jacobson
Contracting Officer
jenna.jacobson@us.af.mil
QUESTION PERIOD: The period for questions regarding this RFQ will end at 9:00 AM PDT on 15 August 2025. Please send all questions to both POCs listed above. Phone inquiries are not available currently. All questions and answers will be posted to this RFQ.
SITE VISIT: A site visit is scheduled for Thursday 14 August 2025 @ 9AM. Please email Contract Specialist Karla Vazquez karla_lizette.vazquez_montes@us.af.mil and Contracting Officer Jenna Jacobson jenna.jacobson@us.af.mil by Friday 08 August 2025 @ 12PM to confirm your interest in the site visit. A DoD Safe link will be provided by the Contract Specialist after receipt of your email so Personal Identifiable Information (PII) can be safely submitted. NO LATE ENTRIES WILL BE ACCEPTED.