Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2024 SAM #8179
SOURCES SOUGHT

71 -- AFLCMC/HBZPC Demountable Wall for Bldg. 1205 Hill AFB Utah

Notice Date
4/17/2024 2:14:18 PM
 
Notice Type
Sources Sought
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
FA8201 OL H PZIO HILL AFB UT 84056-5805 USA
 
ZIP Code
84056-5805
 
Solicitation Number
FA8201-24-Q-0004
 
Response Due
5/12/2024 11:00:00 AM
 
Archive Date
05/27/2024
 
Point of Contact
Dawn Schmidt
 
E-Mail Address
dawn.schmidt.1@us.af.mil
(dawn.schmidt.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUIREMENT TITLE:� AFLCMC/HBZPC Demountable Wall for Bldg. 1205 Hill AFB Utah Solicitation Number: FA8201-24-Q-0004 Notice Type: Sources Sought Synopsis 1.� NOTICE:� This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.� The proposed North American Industry Classification Systems (NAICS) Code is 337215 which has a corresponding Size standard of 500 employees. The Government will use this information to determine the best acquisition strategy for this procurement.� The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns.� The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code.� Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years.� Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2.� Program Details: AFLCMC/HBZPC, Building 1205, Hill AFB Utah has a requirement and is requesting sources for a demountable wall. The following is a product description for the requirement: The demountable wall shall be 101 inches tall, 169 inches long, and 2.75 inches wide. The demountable wall shall be white, off white, or light gray. The demountable wall shall have the capability to be installed and removed without causing permanent damage to the surrounding structure. The wall will provide a semi-permanent division in the office space. � The requirement will include both the demountable wall as well as the installation of the demountable wall. Delivery Ship to DODAAC: F2DCAC, AFLCMC/HBZPC, 6049 Wardleigh Rd, BLDG. 1205 Hill AFB Hill AFB UT 84056 USA Required Delivery/Completion Date: On or Before 45 days after receipt of order, 1 July 2024. All items need to be delivered and installation complete on or before this date. This requirement for the demountable wall is related to a separate purchase for furniture. The awardee for the demountable wall will be required to work with, and coordinate installation of the demountable wall with the furniture contractor, Unicor/Federal Prison Industries (FPI). The furniture installer FPI is removing the existing furniture and preparing the site for installation of the new furniture and the demountable wall. The FPI contract number for the related furniture purchase, and FPI POC will be provided to the awardee to enable the awardee of the demountable wall contract to work with FPI. To view building 1205, a site visit can be conducted on Wednesday 8 May 2024 at 10AM. To request a site visit, email the following information to Jonathon Pratt no later than 25 April 2024. jonathan.pratt.5@us.af.mil Company name Company Cage Code Visitor name Visitor email Visitor drivers license number Visitor drivers license state of issuance The government is in the planning, market research phase of this effort and is seeking a rough order of magnitude cost estimate for the demountable wall in the response to the sources sought. To respond to the Sources Sought, please email the following information (see paragraph 1 - 9 below) to both the contract specialist (CS) Colton Esplin colton.esplin@us.af.mil ��and contracting officer (CO) Dawn Schmidt at dawn.schmidt.1@us.af.mil no later than 30 April 2024 All correspondence is required to be emailed to both the CS and CO. 1.� Name of Company: 2.� Cage Code: 3.� Company Point of Contact (POC) Information:� Name, Title, Email address 4.� Small Business size status under NAICS 337215 (i.e., SDVOSB, Small Business, WOSB, 8(a)): 5.� Current registration in Sam.gov:� Yes or No.� If Yes, what is the date of registration expiration? 6.� Would your small business be performing as the Prime:� Yes or No.� If yes, what percentage of the work would be performed by the prime? 7.� Is there a Teaming arrangement:� Yes or No.� If yes, identify the company(s) in the Teaming Arrangement 8.� Provide a brief summary and explanation of your company's capabilities to provide the demountable wall using estimated award date of no later than 15 May 2024? 9.� What is the estimated price of the demountable wall using award date of no later than 15 May 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e7ecadc9c1ba449ba06b89d04a9fc813/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN07034343-F 20240419/240417230105 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.