Eglin AFB Furniture Interior Designs
The Department of Defense, United States Air Force (USAF), Air Force Test Center (AFTC) Installation Contracting Division/PZIOAD is seeking capabilities statements from all interested parties capable ... The Department of Defense, United States Air Force (USAF), Air Force Test Center (AFTC) Installation Contracting Division/PZIOAD is seeking capabilities statements from all interested parties capable of creating and developing furniture designs to include; cost estimates, Statement of Work (SOW) formulation and Independent Government Estimate (IGE) assistance for the needs of Eglin AFB units. There currently is no requirement and tentative award dates are dependent on the need of the Unit. Potential requirements would be paid for through the use of the Government Purchase Card. If the design results in a RFQ for a potential order for products identified in the design, the offeror creating and developing furniture the design would NOT be able to offer on the specific RFQ. Furniture Design Services: Provide the most efficient furniture plans in interior spaces to meet the physical needs of the customer, taking into consideration building codes, health and safety regulations, floor planning, mechanical and electrical needs, and interior fittings and furniture. All interested parties shall submit a response demonstrating their capability to perform all aspects of the effort described in this Sources Sought/Request for Information to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 541410, Interior Design Services, with a size standard of $7.5M. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The listing of each service including an estimated cost for service for the following nominal requirement must be submitted in order for the submission to be considered responsive to this Sources Sought. Requirement: Two rooms, 35' X 25' each, one room must be set up with 2 6' X 6' Single desk units, 3 6' X 6' - Quad units and 4 6' X 8' - Single units. The second room must be set up with 10 8' X 8' Single units. The response must not exceed 10 pages. Listing of pricing for each service - scalable for number of desks if this is how their pricing scale works. •- Offerors shall provide either pricing by Number of seating positions (scalable) •- Or pricing by Number of square footage (scalable) •- Or pricing by Amount of time to complete the project (scalable) Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses may be submitted electronically to the following e-mail address: yesenia.manzur.1@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FURNITURE DESIGN SERVICES" If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 12:00 P.M. (CST) ON 19 June 2019. Direct all questions concerning this requirement to 2d Lt Yesenia Manzur at yesenia.manzur.1@us.af.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »