SOURCES SOUGHT
J -- AMC Basewide Furniture Maintenance - Draft PWS
- Notice Date
- 6/24/2010
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-10-R-0065
- Archive Date
- 7/15/2010
- Point of Contact
- Trisha Buddelmeyer, Phone: 9375224605, Rabbanai T Morgan, Phone: 9375224569
- E-Mail Address
-
Trisha.Buddelmeyer@wpafb.af.mil, rabbanai.morgan@wpafb.af.mil
(Trisha.Buddelmeyer@wpafb.af.mil, rabbanai.morgan@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS AMC Basewide Furniture Maintenance FA8601-10-R-0065 THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATION AND PLANNING PURPOSES ONLY. THE SUSPENSE DATE FOR SUBMISSION OF CAPABILITIES PACKAGES IS 12:00 PM (EST) 14 JULY 2010. THIS IS NOT A NOTICE OF RFQ ISSUANCE. The Operational Contracting Squadron (88 CONS/PKB) at Wright-Patterson Air Force Base, Ohio, anticipates a competitive acquisition to perform systems/modular/freestanding furniture maintenance services in support of various organizations at the Acquisition Management Complex (AMC) ) and throughout Area B, Wright-Patterson Air Force Base, OH. However, this will not be limited just to the AMC Complex, as several of the organizations have offices located in various buildings within the Wright Patterson, Area B boundary. The AMC Complex consists of buildings 553, 556, 557, 558, 559 & 560. Contract will also cover work within Buildings 7, 11, 14, 15, 16, 28, 46 and 148 are also included. The Contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to perform this service, except for ceiling tiles and design layouts, which will be provided by a Government Representative. No furniture design layout shall be required. The Operation Contracting Squadron (88 CONS/PKB) at Wright Patterson Air Force Base is seeking potential sources and performing market research at his time. North American Industry Classification System (NAICS) code is 561210, Standard Industrial Classification (SIC) code is 8744 (size standard $35.5M). PLEASE NOTE THE SUSPENSE DATE FOR SUBMISSION OF CAPABILITIES PACKAGES IS WEDNESDAY, 12:00PM (EST) 14 JULY 2010. NO PRICE QUOTES ARE REQUIRED AT THIS TIME. This Sources Sought Announcement is issued to determine if there are contractors capable of and interested in supplying the required services. A draft Performance Work Statement (PWS) can be found at Attachment 1 to this notice. This Sources Sought is for information and planning purposes only. The attached Performance Work Statement (PWS) is only a draft and is provided strictly for information and planning purposes. A finalized PWS will be provided if and when a synopsis is issued. This Sources Sought does not constitute a solicitation and is not to be construed as a commitment by the Government. Please review the Draft PWS which can be downloaded from the FedBizOps website: https://www.fbo.gov/. Contractors shall be able to demonstrate to our complete satisfaction that they are fully aware of all factors involved in this service contract. Contractor must be able to document the following: a. Clearly describe your capabilities, within the past 3 years, in providing relocation (disassembly/assembly) of complete workstations or systems/modular furniture components, including freestanding furniture and movable walls with associated products to include, installation, teardown, and reconfiguration. b. Clearly describe your ability to meet the requirement of an average reconfiguration of eight (8) workstations per day. c. Clearly describe your capabilities, within the past 3 years in providing a sufficient number of qualified employees to inspect and repair systems/modular and freestanding furniture. d. Clearly describe your capabilities, within the past 3 years in providing a sufficient number of qualified electricians to connect and disconnect electric workstations to facility energy systems. e. Clearly describe your capabilities, within the past 3 years in coordinating and scheduling work prior to performance after receipt of a property completed service order and final inspection and acceptance of work. f. Clearly describe your capabilities in providing a management information system and procedures and methods of record keeping that will provide an audit trail for delivery order records, control and processing of incoming and outgoing materials. g. Clearly describe your capabilities in maintaining a real time automated inventory of installed and warehoused assets. h. Clearly describe your ability to respond to emergency and other short notice requirements. i. Describe your safety programs to be used to comply with OSHA and EPA regulatory requirements and any specialized safety training initiatives. j. Provide a quality control plan which addresses all aspects of quality control to include responsibility for surveillance of work, acceptance, rejection documentation and resolution of deficiencies, trend analysis and corrective action. k. Provide any other information you think we need to evaluate your capabilities. CAPABILITIES PACKAGE: PLEASE ADDRESS ALL AREAS. All interested firms shall submit a capabilities package that outlines their firm's capabilities in providing all of the above-mentioned services. Contractors are required to provide all management and labor required for the operation and management of the functions listed. If subcontractors are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities packages should be brief and concise, yet clearly demonstrate ability to meet the stated requirements. Previous experience in all areas shall be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response shall not exceed 20 single-spaced, 10-point typed pages. Brochures will not be considered for the information requested. Points of Contact: Ms. Trisha Buddelmeyer, Contract Specialist, 88 CONS/PKB, (937) 522-4605, Fax (937) 656-1412, email: Trisha.Buddelmeyer@wpafb.af.mil. Mr. Rab Morgan, Contracting Officer, 88 CONS/PKB, (937) 522-4569, Fax (937) 656-1412, email: Rabbanai.Morgan@wpafb.af.mil. In addition to providing the information described above, responding parties must also indicate their business size status in relation to the applicable North American Industry Classification System (NAICS) code 561210, Standard Industrial Classification (SIC) code 8744 (size standard $35.5M). **Sources should identify and address if they are a large, small, 8(a), women owned, veteran owned, Hub zone, service disabled veteran owned, or otherwise classified as a small disadvantaged business in their responses. ** Submit capabilities package and routine inquiries concerning the Sources Sought to: Ms. Trisha Buddelmeyer, 88 ABW/PKB, Bldg 1, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH 45433-5344, telephone 937-522-4605, or fax 937-656-1412, or email Trisha.Buddelmeyer@wpafb.af.mil. E-mail is preferred. RESPONSES ARE DUE NO LATER THAN 12:00 PM (EST) WEDNESDAY 14 JULY 2010. THIS SOURCES SOUGHT IS FOR INFORMATION AND PLANNING PURPOSES ONLY. IT DOES NOT CONSTITUTE A SOLICIATION AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-R-0065/listing.html)
- Place of Performance
- Address: Various Buildings, Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02187648-W 20100626/100624235450-c61bcf7ca2acd2eb29f4845277992fd5 (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 |