Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOURCES SOUGHT

71 -- National Intrepid Center of Excellence (NICOE) INITIAL OUTFITTING PROJECT on Camp Pendleton, CA - Small Business

Notice Date
5/18/2017
 
Notice Type
Sources Sought
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Little Rock, Attn: CESWL-CT, PO Box 867, Little Rock, Arkansas, 72203-0867, United States
 
ZIP Code
72203-0867
 
Solicitation Number
W9127S-17-R-6000
 
Point of Contact
Timothy Pighee, Phone: 5013401270
 
E-Mail Address
Timothy.A.Pighee@usace.army.mil
(Timothy.A.Pighee@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this is to gain knowledge of potential qualified sources (specifically, qualified Service-Disabled Veteran-Owned Small Businesses) and their size relative to NAICS 337127, Standard Size 500 employees. Responses will be used by the Government to make appropriate acquisition decisions. Responses are not considered responses to any potential solicitation announcement. All contractors are encouraged to respond to this sources sought. The U.S. Army Corps of Engineers (USACE), Little Rock District is seeking information for a requirement for the initial outfitting (IO) of the National Intrepid Center of Excellence (NICOE) on Camp Pendleton, CA. This project will support an Initial Outfitting (IO) project (i.e. equipment and furnishings procurement, installation, and transition) for the Navy Bureau of Medicine and Surgery (BUMED) in cooperation with NAVFAC's construction project for the National Intrepid Center of Excellence (NICOE) on Camp Pendleton, CA. The Intrepid Fallen Heroes Fund (IFHF) has donated a 25,000SF satellite building of the National Intrepid Center of Excellence (Walter Reed) to the Navy at Camp Pendleton. The Facility will provide clinical space to support Traumatic Brain Injury and Psychological Health Diagnosis and treatment. The IFHF will provide the facility as well as some furniture and equipment for initial outfitting. The DoD is responsible for site preparation, utility connections and any equipment or furniture beyond the gifted amount necessary to become fully mission capable. This project will focus on the Initial Outfitting of the furniture, fixtures, and equipment (FFE). The IO contract award will be in FY17 to support commodity validation and transition alongside the general construction contractor. Commodity delivery and installation will take place once the Navy customer has possession of the facility and before its planned Open for Business Date. The scope of Initial Outfitting project is as follows: transition services will validate the layout of furniture, medical equipment, and artwork to include new and reuse commodities. In addition, transition services will plan the departmental moves, disposition services, and any ribbon cutting ceremonies and/or public relations support that is desired. The scope of work also includes, but is not limited to, Initial Outfitting - Transition (IO-T) activities such as taking inventory of all existing systems and commodities, conducting user interviews, then planning and developing the requirements for all new and reuse commodities. IO-T also includes managing the phasing and transition activities, relocation, space planning and public relations planning. Initial Outfitting - Commodities (IO-C) activities include ordering, purchasing, delivering, installing, certifying, training and warranting all commodities identified in the IO-T process as well as public relations materials and events. Commodities include, but are not limited to, furniture/furnishings, casegoods, medical equipment and low voltage systems, such as resource protection and communications. Other IO-C deliverables include moving services, Operation and Maintenance (O&M) manuals, contractor supplied warehousing/storage, and public relations. The contract period of performance will be approximately 12 months from contract award. All interested firms shall provide the following information: • company name • address • point of contact, phone number, email address • business size pursuant to the NAICS Code 337127, Standard Size 500 employees • capability statement The estimated value of the project is $500,000 - $100,000. Responses to this notice shall be e-mailed to timothy.a.pighee@usace.army.mil. Telephone responses will not be accepted. Responses must be received in writing no later than Monday, May 31, 2017 at 12pm central time. This notice is to assist the USACE in determining sources only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-17-R-6000/listing.html)
 
Place of Performance
Address: Camp Pendleton, California, United States
 
Record
SN04513750-W 20170520/170518235420-8677592d8342f74efbb79c12d60103b2 (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  © 1994-2020, Loren Data Corp.