Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA489719SS177
This is a Sources Sought Notice in accordance with FAR Part 10, Market Research. There is no solicitation available at this time. This sources sought is for planning purposes only, to assist in determ...
This is a Sources Sought Notice in accordance with FAR Part 10, Market Research. There is no solicitation available at this time. This sources sought is for planning purposes only, to assist in determining if this effort can be obtained competitively and/or as a total Small Business Set-Aside, and to gain knowledge of interest, capabilities, and qualifications of various interested business concerns. The Government will use this information to determine the best acquisition strategy for a potential procurement. The Government is interested in all socioeconomic contracting programs (i.e., 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned Small Business concerns). The Government requests that interested parties respond to this notice with capabilities and identify your small business status with respect to the identified NAICS code. If a solicitation is released, it will be synopsized and posted on the FedBizOpps website. It is the responsibility of the potential offerors to monitor that site for additional information pertaining to this requirement. The Government is proposing to use the North American Industry Classification System (NAICS) 337214 with a business size standard of 1000 employees. DESCRIPTION: The 366th Financial Acquisition Squadron at Mountain Home AFB, Idaho, is seeking potential sources interested in providing: (3) Heavy-duty planning tables, in the attached Specifications draft. INFORMATION AND INSTRUCTIONS: It is desired respondents include the following information within their statement of capability packages. Capability packages should not exceed 2 single-sided pages in length: a. Company Information: Your Company's name, address, point of contact with email address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), and business size. Your company must be registered in System for Award Management (SAM) to receive an award. To register, go to https://www.sam.gov. b. A Statement of Capabilities demonstrating the skills, experience, knowledge, and capabilities necessary to perform the work specified within the summary of requirements outlined above. Please limit your relevant past performance to the past three (3) years and include the Contract Number(s) or Customer/Company Name. c. Capability package responses must be sent via email to jaclyn.fish@us.af.mil or lochlin.deeks@us.af.mil. Oral communications ARE NOT acceptable in response to this notice. Paper copies of this announcement will not be provided. Any information received will be used solely for the purpose of market research. GOVERNMENT RESPONSIBILITY: This sources sought should not be construed as a commitment by the government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary. Please be advised that all submissions become government property and will not be returned. Questions on this notice must be submitted via email to the Contract Specialist, Ms. Jaclyn Fish at jaclyn.fish@us.af.mil and 1st Lt Lochlin Deeks at lochlin.deeks@us.af.mil. DRAFT SPECIFICATION SHEET Mountain Home AFB, ID Heavy-Duty Planning Tables 1.0 SCOPE. The contractor shall accomplish all actions necessary to deliver and install three (3) mission planning tables. 2.0 REQUIREMENTS. The contractor shall be responsible to procure, at their own expense, all personnel, equipment, supplies, transportation, tools, materials, supervision, other items, and non-personal services necessary to install the deliverables onsite to Mountain Home Air Force Base, Idaho, 83648. Each table must be delivered and installed in its designated room inside the building. In addition, the contractor will conduct a site visit before contract approval to assess the building's layout and confirm the best furniture size, finish, and placement. The contractor will also determine at that time which table will fit through building/room entrances. The unit technical expert will sign off on any adjustments. The unit technical expert will also ensure safety regulations are met in that tables will not create a fire evacuation hazard by blocking exit routes. 2.1 Deliverables. In all cases, the contractor is responsible for removing all packing material from the building and disposing of it properly to include recycling material approved for recycle. Specific sizes are required unless prefaced by "approximately," in which case dimensions should match as closely as possible. A. Mission Planning Tables The contractor shall deliver and install three (3) heavy-duty mission planning tables, each measuring 6 feet wide, 4 feet deep, and approximately 40 inches tall. The tables will have steel legs and a heavy-duty grey laminate surface. There will not be built-in shelves; legs will be affixed and oriented in such a way as to permit modular wheeled storage underneath. The mission planning table should not shift or move when used and/or leaned upon by anywhere from one to eight people. The table shall support 1800lbs.