Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2013 FBO #4074
SOURCES SOUGHT

78 -- Modular Wall Exhibit System

Notice Date
1/17/2013
 
Notice Type
Sources Sought
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
WallExhibit
 
Archive Date
2/9/2013
 
Point of Contact
Ella M. Porter, Phone: 910-432-1503
 
E-Mail Address
portere@soc.mil
(portere@soc.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a REQUEST FOR INFORMATION (RFI) and not a pre-solicitation announcement. The purpose of this Market Research and RFI is to gain knowledge of potential firms with the capability to provide the equipment described in the RFI. Responses to this RFI will be used by the Government in making appropriate acquisition decisions. The US Army Special Operations Command (USASOC) (Airborne) has a requirement for a modular wall exhibit system that will be used to display historical assets, photography, and information. The equipment includes the ability to re-configure the wall exhibit system for different displays. The projected delivery is eight weeks after receipt of an order. The requirement consists of a demountable wall exhibit system that is capable of spanning two 16' wide walls, one 18'8" wall and includes six demountable display cases of the same material/design. Additional specifications include the following: 1. Wall panel dimensions are 8-9ft in high, no more than 4ft wide and no less than 30mm thick. 2. Wall joints present a fixed/permanent surface. 3. System is free-standing, demountable, interchangeable, and easily reconfigured by no more than two laborers. 4. The panels are easily adjustable to accommodate minor variances in surface of floor. 5. Wall surface is paintable with common latex paints. 6. Items may be secured to the wall panels with nails or screws and support no less than 35lbs per nail/screw. 7. Individual wall panels weigh 100lbs or less. 8. Wall panels have a durable aluminum or lightweight steel frame. 9. Connections between wall panels will have a locking mechanism to prevent accidental separation. 10. Wall panels may connect at 45°, 90°, and 180° angles. 11. Include six display cabinets from same material and design of standard wall panels. Of the six display cabinets, four are half reveals and the remaining two are full reveals. 12. Interior of six display cabinets have interior lighting, shelving brackets, and glass shelves (no less than 10mm thick). 13. Wall panels have gallery hanging channel/track on top and associated hardware. 14. Lighting fixtures for standard panels are mountable to gallery hanging track. 15. All electrical requirements (wires, conduits, transformers, etc) are concealed in panel interiors. 16. Include manual for the assembly, disassembly, care, and storage of wall system. 17. Wall system must meet international fire codes. 18. Contractor will provide training in product use and initial assembly. The North American Industry Classification Code (NAICS) is 337215 with a size standard of 500 employees or less. Interested firms shall provide, in writing, your firm's name, address, point of contact, telephone number, DUNS number, CAGE Number, business type and size, i.e., small, large, and so forth and a brief narrative to support your firm's capability and experience meeting the requirements in this RFI. Additionally, provide a list of customers that the firm has provided similar work during the past five years, summary of work performed, dollar value of each requirement, customer point of contact with phone number and your role as the prime or subcontractor. This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. This request for information does not constitute a commitment, implied or otherwise that any procurement action may be issued for the Government's requirements. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of the contractor's information. The Government shall not be liable for or suffer any consequentional damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All contractors doing business with the Government are required to be registered with the System for Award Management (SAM). NOTE: THIS RFI IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. Information must be submitted by email to the Contract Specialist, Ella Porter at portere@soc.mil by 2:00 PM EST on 25 January 2013. Questions of any nature must be addressed in writing as TELEPHONE INQUIRES WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/WallExhibit/listing.html)
 
Place of Performance
Address: Bldg E-2929, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02967689-W 20130119/130117234533-019a3faf0be98f915bcd9025bdd19c02 (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.