SOURCES SOUGHT
99 -- Replacement Rubber Flooring 1200 tiles
- Notice Date
- 5/14/2012
- Notice Type
- Sources Sought
- NAICS
- 326192
— Resilient Floor Covering Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- F4FBBM2060A001
- Archive Date
- 6/5/2012
- Point of Contact
- Emmeline J. Spaulding, Phone: 9375224565
- E-Mail Address
-
emmeline.spaulding@wpafb.af.mil
(emmeline.spaulding@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing 1200 replacement rubber floor panels. Contractors responding should specify that their equipment meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The 1200 rubber floor panels must meet the following requirements: ~Color match the existing flooring (RCA rubber color #716, white with black marbleization) ~Manufactured using Butadiene Styrene rubber. ~Manufactured in sheet form to allow cutting of "non-standard" size tiles. ~Requires no coatings or finishes to be used in maintenance. ~Material is 1/8" ( 3.2 mm) thick. ~Does NOT require special seam treatment ("welding" or seam sealing) All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offerers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates. NAICS Code to be used for this acquisition is 326192, the size standard for this effort is no more than 500 employees. (This NIACS code is subject to the non-manufacturer rule, and therefore the manufacturer and the vendor must both be classified as a small business to qualify as a small business.) The Air Force reserves the right to consider a set-aside based upon responses hereto for any subsequent acquisition. 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. Any information submitted by respondents to this sources sought synopsis 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 individually be notified of the results of any government assessments. The Government's evaluation fo 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 businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Emmeline.spaulding@wpafb.af.mil to be received no later than 2:00pm. Eastern Daylight Time, 21 May 2012. Direct all questions concerning this acquisition to Emmeline Spaulding at (937) 522-4565.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBBM2060A001/listing.html)
- Place of Performance
- Address: wpafb, wpafb, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02746911-W 20120516/120514235616-2d4e5d4f22763200b2be0ce9295abb03 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |