Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOURCES SOUGHT

99 -- Smart Cell Anti-fatigue Flooring

Notice Date
9/15/2020 12:21:26 PM
 
Notice Type
Sources Sought
 
NAICS
326299 — All Other Rubber Product Manufacturing
 
Contracting Office
FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
 
ZIP Code
78236-5286
 
Solicitation Number
Fa3016-20-U-0266
 
Response Due
9/28/2020 10:00:00 AM
 
Archive Date
10/13/2020
 
Point of Contact
Sharla Blalock, Phone: 8307145253
 
E-Mail Address
sharla.blalock@us.af.mil
(sharla.blalock@us.af.mil)
 
Description
The JBSA-Randolph Contracting Squadron, 502 CONS/JBKBA, is contemplating the acquisition of approximately 8,500 square feet of Smart Cell flooring, MFG: Seamless Attenuating Technologies, Inc., custom fit, 1 inch, rubberized, anti-fatigue matting (or EQUAL) to be installed in two (2) locations at JBSA Lackland. If interested in providing an EQUAL product, please ensure to provide documentation validating the EQUAL product includes the attached salient characteristics. The Government is seeking information on the availability of capable contractors to provide the aforementioned item(s). Please see attached salient characteristics document for the Smart Cell Flooring. The North American Standard Industry Classification System (NAICS) code anticipated for this acquisition is 326299 - All Other Rubber Product Manufacturing, the small business size standard is 500 employees. Based on responses to this Request for Information (RFI), this requirement may be set aside for Small Business or procured through Full and Open competition. The Government reserves the right to decide whether or not a small business set-aside is appropriate. Interested firms are encouraged to recommend a more appropriate NAICS in their response; however, include the rationale for an alternate selection. This Request for Information (RFI) is issued for informational and planning purposes only. THIS IS NOT A REQUEST FOR QUOTE OR SOLICITATION FOR AN OFFER; therefore, in accordance with FAR 15.201(c) any responses to this inquiry will not constitute nor will be considered as a contractor offer, and no award will be issued as a result of this inquiry. This information will be used by the 502 CONS/JBKBA for market research purposes, only, and the submitted information will not be returned. Submitted information will be protected in accordance with DoD 5400.11, Department of Defense Privacy Program, and DoD 5400.11-R, Department of Defense Privacy Program, and no feedback will be provided regarding submissions or the total number of submissions received. Interested parties are solely responsible for all expenses associated with responding to this request for information, as the government is not liable for any costs incurred by interested parties in responding to this request. The purpose of this RFI is to query the market for potential interested, capable, responsible, and qualified commercial small business offerors that can provide/perform the stated requirement. The government is interested in collecting market data/information in accordance with Federal Acquisition Regulation (FAR) Part 10, from potential sources that have the capability to provide the Smart Cell flooring or equal. Interested and/or potential small business offerors are requested and encouraged to submit responses to the questions below under the Market Survey/Questionnaire, not later than 12:00 P.M. Central Time on 28 September 2020. No extension will be granted. **All correspondence/questions resulting from this RFI shall be sent to sharla.blalock@us.af.mil. Market Survey/Questionnaire shall include the following information: Entity Name: _________________________________ Name of point of contact: ____________________________ Phone number: ___________________________________ Email address: ____________________________________ CAGE CODE: ______________________ DUNS NUMBER: ____________________ SAMS Registered? Y/N GSA Contract # __________________________(if applicable) Is your company a small business as defined by the Small Business Administration? If YES, what are your small business certification(s) under NAICS Code 326299 (identify if 8(a), HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Business, or, as applicable based on NAICS, Economically Disadvantaged Women-Owned Small Business (EDWOSB)/ Women Owned Small Business (WOSB)? Indicate if you are the manufacturer of the offered product, or provide the name of the manufacturer of the product you would be supplying. Place of Performance: JBSA Lackland, Texas Primary Points of Contact: Contracting Officer LAKEISHA GAMBLE lakeisha.gamble.2@us.af.mil Phone: 210-652-8513 Contract Specialist SHARLA BLALOCK sharla.blalock@us.af.mil Phone 210-652-5131 Anti-fatigue Flooring/Matting Salient Characteristics Flooring 1. The solution should be a continuous surface once installed to eliminate tripping/ falling hazards 2. The solution should be form fitting around all existing cabinetry/equipment 3. The solution should be able to withstand 3 lbs. PSI per sq. ft. in single areas for prolonged periods of time without permanent indentations or compression. 4. The solution should withstand daily cleaning, sweeping, and mopping using standard cleaners. The solution should not require the use of special cleaning chemicals. 5. The solution should be at minimum one inch in thickness 6. The solution should be completely stable when walked on without shifting 7. The solution should have some type of ramp solution to prevent tripping when transferring from matted to non-matted floors 8. The Solution will need to be installed in: - Room A, (1100 Wilford Hall Loop BLDG 4554 Lackland AFB, San Antonio, Texas 78236) - Room B, Room C, and Room D, (1940 Carswell Ave BLDG 7002 Lackland AFB 78236) Warranty 9. The solution should have a minimum 5 year warranty which covers the following a. Rips and tears 10. The solution should have a minimum 2 year warranty which covers the following a. Glue and adhesive
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/740acc10ba444ca5988a18ad1cb8282c/view)
 
Place of Performance
Address: JBSA Lackland, TX, USA
Country: USA
 
Record
SN05798688-F 20200917/200915230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.