Inactive
Notice ID:W911YP-19-Q-2004
Window Film for Bldg 122 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. ...
Window Film for Bldg 122 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. The Government will not pay for the information requested herein. Only non-classified information shall be provided in your response. Copies of the submitted information may be reproduced for Government review. 1.1 PURPOSE: 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 326113 which has a corresponding size standard of 750 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: It is the intent of the Government to procure window film and installation services incidental to the purchase of the film to be applied to building 122 at the Roland R. Wright Air National Guard Base, Utah. Specifications are outlined below. •· SCOPE: • Apply film to all glazed windows and doors on the east, south, and west elevations of building 122. • The approximate total area of glazed windows and doors to have film applied is 3,088 square feet. Contractor will verify actual square footage. •· SPECIFICATION: • Film to be applied must meet the following requirements: § No less than 30% visible light transmitted into the building § No more than 30% visible light reflected (exterior) § No less than 40% total solar energy rejected 3. GOVERNMENT REQUEST: Interested parties are requested to submit a letter of interest, brief statement of current capability and responses to the attached Capabilities Questionnaire. The Government will use this information to determine the best acquisition strategy for this procurement. Please limit your submissions to ten pages in PDF or Microsoft Word Format. In order to be considered in this Sources Sought, please reply by 12:00 PM MDT, 16 July 2019. CONTRACTOR CAPABILITY QUESTIONNAIRE Window Film for Bldg 122 Part I. Business Information 1. Company/Institute Name: 2. CAGE Code: 3. Company Point of Contact a. Name b. Telephone # c. Email address 4. Physical Address: 5. Web Page URL: 6. Provide your company's North American Industry Classification System (NAICS) Code: a. If your company is a small business, it a woman owned business, small disadvantaged business, 8(a) business, HUB Zone business, Serviced Disabled Veteran Owned Business, etc. Part II. Capability Survey Questions 1. Provide your suggested NAICS code. 2. Are you anticipating your company to be a prime contractor or a subcontractor? 3. Are you anticipating a teaming arrangement? a. Any responses on teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Part III. General Capability Questions: 1. Describe briefly the capabilities of your facility and the nature of the goods you provide. 2. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? 3. Discuss any concerns you may have with our requirement or specification. Part IV. Commerciality Questions: 1. Do you consider the requirement to be commercial (see FAR Part 2 definitions)? Please provide supporting rationale (based on the FAR Part 2 definition). 2. Are there established catalog or market prices for our requirement? If you offer this product to both U.S. Government and commercial sources, is the same product used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 3. Describe your standard warranty and return process for goods furnished to the Government for items similar in nature to this requirement. Interested offerors should send a response to the sources sought inquiry and the questions listed above to the Contract Specialist. Responses should be submitted by 12:00 PM MDT, 16 July 2019. Email responses in PDF or Microsoft Word format are preferred. The point of contact information is listed below: 151 MSG/MSC Capt Bruce Weaver Contract Specialist 765 North 2200 West, SLC, UT 84116 Phone: (801) 245-2105 Email: bruce.e.weaver2.mil@mail.mil The information provided is for the Government's market research and is given understanding the Government has no obligation to pay for the information. The information may be used in developing a request for quotation (RFQ) but does not obligate the Government to issue an RFQ or contract. Any proprietary information submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked.