SOURCES SOUGHT
54 -- Demountable Museum Movable Walls
- Notice Date
- 8/23/2017
- 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
- H92239-17-T-Museum
- Archive Date
- 9/20/2017
- Point of Contact
- C Scott Phelps, Phone: 9104328598
- E-Mail Address
-
conway-phelps@socom.mil
(conway-phelps@socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A SOURCES SOUGHT/REQUEST FOR INFORMATION that will allow industry the opportunity to identify themselves as interested sources capable of meeting the Government's requirement for Demountable Walls for the SWC Museum Temporary Gallery (Mila-Walls Series 100 with 19 Movable Sections, 4 Window Sections). The information sought herein shall not be construed as a request for quote (RFQ) or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the Sources Sought/RFI. REQUIREMENT: The United States Army Special Operations Command (USASOC), on behalf of the SWC Museum, is seeking to identify sources that are capable of providing Mila-Wall Series 100, Movable walls (19 total) of different dimensions, over-laminate covering as well as securing and corner fixtures for each to match existing displays in the museum. The Government has made the determination that only the Mila Walls will satisfy the requirement to safely integrate the new walls with the existing walls onsite since the Mila Walls connect through a patented self-locking module fasteners. INTERESTED SOURCES CAPABLE OF FULFILLING THIS REQUIREMENT shall submit documentation addressing all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. Contractors interested in providing this service should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought/RFI are asked to provide the following information: 1. No more than a 5 page capability narrative explaining how the company can meet the requirements. Interested parties must also demonstrate that they are authorized to provide the Mila Wall 100 Series Wall Modules; 2. Company's full name, point of contact, and address; 3. DUNS and CAGE number; 4. Applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute) (Respondents should advise the Government of pending changes in the business size status); 5. Whether or not the Vendor has a GSA schedule with the requested items. Responses shall be submitted electronically via email to conway-phelps@socom.mil. All responses shall be submitted by 5:00 PM EST on 05 Sep 2017 and shall include reference number H92239-17-T-Museum in the subject line and submission documents. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties' responsibility to ensure receipt of all e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-432-8598. FINAL DETERMINATION: Current market research shows that there is only one vendor capable of fulfilling the requirement however, it is the Government's intent to include responses to this Sources Sought/RFI when making its final determination to negotiate on a sole source basis. Provided no other interested sources with the capability to fulfill this requirement are identified, the U.S. Army Special Operations Command, Fort Bragg, North Carolina intends to negotiate on a sole source basis with the original equipment manufacturer, MBA Design & Display Products, Corp, 35 East Uwchlan Ave, Suite 310, Exton, PA, 19341. Respondents will NOT be individually notified of the results however, if the final determination results in the verification of a sole source negotiation, the properly redacted Justification and Approval (J&A) will be posted to the FBO site within 14 days of contract award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-17-T-Museum/listing.html)
- Place of Performance
- Address: SWC Museum, Fort Bragg, North Carolina, 28307, United States
- Zip Code: 28307
- Zip Code: 28307
- Record
- SN04642943-W 20170825/170823233123-aab875ca953335dc0d371296e1348256 (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 |