Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2009 FBO #2676
SOLICITATION NOTICE

99 -- Interior Store Decor Image Enhancement Products

Notice Date
3/23/2009
 
Notice Type
Presolicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ09USACE
 
Response Due
3/23/2009
 
Archive Date
5/22/2009
 
Point of Contact
Regina Davis, 816-389-2378<br />
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS IS NOT A SOLICITATION FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FORM THIS NOTICE. The Defense Commissary Agency located at Lackland AFB, Texas is soliciting potential contract sources having demonstrated capability and capacity to provide Interior Store Dcor Image Enhancement Products. The general scope of work includes; aisle directories, product description panels, gator-foam trim, banners and dcor elements for delivery to DeCA commissary stores located within and outside the continental United States (no overseas shipping is required). PRODUCT INFORMATION; Submit a capabilities narrative and descriptive literature to demonstrate your capability and quality control to produce and deliver the requirement of this contract. Offerors shall address each of the following in their summary: (a) Product- (1) Capability : Describe the Offerors ability and capacity plan to produce and deliver the different types of items described in the DeCA Dcor 2009 design guide CD-ROM to meet the requirements of the solicitation; Describe the magnitude of experience the Offeror has in performing this type of requirement and producing these different types of items. Describe the Offerors abilities to respond to urgent requests. In accordance with 52.216-21 Requirements, urgent request is defined as, If the Government urgently requires delivery of any quantity of an item before a specified delivery date under the contract and the contractor cannot meet that date the government may acquire the urgently required items from another source. (2) Quality Control: Describe how quality control procedures will be used to assure the timely delivery of quality products to the government. Describe the shipping and packaging standards utilized by the Offeror to satisfy the needs of the government; Describe how the Offeror will correct deficiencies during all stages of the production and manufacturing, packaging, and delivery; Describe the Offerors policies and procedures of handling nonconforming items that may be delivered to the government. Describe the replacement policy for nonconforming dcor elements. (b) Past Performance: List any contracts your company is currently performing that would be considered the same as/similar to this effort (size, scope, complexity) as well as those you have completed with the last three years. The DeCA Contracting Office is soliciting information for the purposes of conducting market research analysis to assess the availability of sources capable for performing the required services. A copy of the Statement of Work is attached. The SOW is not intended to be utilized for pricing or proposal preparation purposes. All interested parties desiring to participate in this market research are invited to submit a summary of capability and capacity in accordance with the SOW, in 10 pages or less. All interested parties are also invited to provide succinct comments to the PWS, comments and recommendations will be taken into consideration in the development of the final solicitation. No questions will be answered at this time and respondents will not be notified of the results of the market research. For planning purposes, the market research document and the PWS do not constitute a commitment, implied or otherwise, that a procurement action will be issued, nor will the U.S. Government pay or reimburse for information solicited or produced and may not be construed as a commitment by the U.S. Government to enter into a contract. For all submissions, text must be formatted in Times New Roman type font, 12 font size. Submission must be submitted electronically as a MicroSoft Word document; no other document format or type will be accepted. The summary of capacity and capability are to be submitted separately from the comment and or recommendations submissions and must each include a cover page with the following information: (1) Company/Firms legal business name; (2) Mailing Address; (3) A point of contact t include contact information (i.e. telephone, cell phone, facsimile number, email address, etc); (4) DUNS Number; (5) Cage Code; (6) size of business by stating the average revenue for the past three (3) years and average number of employees for the past three (3) years; (7) whether a disadvantaged 8(a) company of firm, HUB Zone, woman-owned, veteran owned, and or a service-disabled veteran-owned business; (8) the number of years in business; (8) all affiliate information; parent company; joint venture partnered; potential teaming partners; prime contractor (if potential sub) or subcontractors (if potential sub) or subcontractors (if potential prime). The cover page is not part of the 10 page limitation for the summary submission and the 10 page limitation does not include comments and recommendations. All responses shall be submitted to Ms. Regina D. Davis via email to regina.d.davis@usace.army.mil with a cc copy to Ms. Sharon Sheffy, Sharon.l.sheffy@usace.army.mil no later than 12:00 CDT on March 27, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=07a79a2c34657223dadfa2b52c64227b&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO<br />
Zip Code: 64106-2896<br />
 
Record
SN01775223-W 20090325/090323215145-07a79a2c34657223dadfa2b52c64227b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.