Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2016 FBO #5194
SOURCES SOUGHT

71 -- Sit-to Stand Desks

Notice Date
2/10/2016
 
Notice Type
Sources Sought
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Bliss, ATTN: ATZC-DOC, Bldg 201, Club Road, Fort Bliss, Texas, 79916-6812, United States
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-16-T-9049
 
Archive Date
3/8/2016
 
Point of Contact
Larry D. Stephney, Phone: 9155681492
 
E-Mail Address
larry.d.stephney.civ@mail.mil
(larry.d.stephney.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government desires to procure twenty (20) each Sit-to-Stand Desks. The Government specifications for the Sit-to-Stand Desks: 1. Each Sit-to-Stand Desks must be top mounted and have a height-adjustable tabletop desk designed with spacious upper display surface capable of supporting three-four inch monitors to include a lower keyboard and mouse desk. 2. Color will be black 3. Capable of holding up to 45 pounds, while staying steady and solid at any height. 4. Allow user to switch easily between sitting and standing in just a few seconds without additional tools. 5. Ship fully assembled and ready to use. 6. Capable of adjusting to 11 different heights. 7. Fixed keyboard and mouse deck that will lift with display surface. 8. Capable of switching from sitting and standing positions in under 5 seconds. 9. Spring-assisted lifting mechanism. 10. Work surface must include 4 feet of work surface. 11. Required Dimensions: • Overall length, depth, height when in lowered position will be: 48 inches wide by 29 ¾ inches deep by 4 ½ inches high • Overall length, depth, height when in highest raised position will be: 48 inches wide by 41 ¾ inches deep by 17 ½ inches high • Base of desk (portion of sit to desk that makes actual contact with office desk) will not exceed 24 inches deep by 30 inches wide 12. Potential vendors must provide specification sheets and digital photographs of proposed products for the Government review. A link to the website with this same information is acceptable. The Government has intentions of procuring this product as a small business set-aside, provided two (2) or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not set-aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry through https://www.fbo.gov. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 337214 Office Furniture (except Wood) Manufacturing. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the supply is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications to acquiring the identified items/services. Responses to this Sources Sought shall be submitted electronically by email to Larry D. Stephney, Contract Specialist, at larry.d.stephney.civ@mail.mil. Responses shall be received no later than 2:00 p.m. Mountain Standard Time (MST) on 19 Feb 2016. Classified material SHALL NOT be submitted. Please submit all questions related to this Sources Sought to the Contract Specialist via email by 10:00 a.m. 19 February 2016 MST. No phone or e-mail solicitations regarding the status of the request for proposal will be accepted prior to its release. This sources sought neither constitutes a Request for Quote or a Request for Proposal. This sources sought should not be construed as a commitment by the U.S. Government for any purpose. Submission of any information is response to this sources sought is purely voluntary. The U.S. Government does not assume any financial responsibility for costs incurred. Proprietary information and trade secret, if any, must be clearly marked on all materials. All information received that is marked proprietary information will be handled accordingly. Please be advised that all submissions become MICC -Fort Bliss property and will not be returned nor will MICC- Fort Bliss confirm receipt of the sources sought response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/28180bd668561067005a76a86d39534d)
 
Place of Performance
Address: FT Bliss, TX 79916, El Paso, Texas, 79932, United States
Zip Code: 79932
 
Record
SN04017097-W 20160212/160210235228-28180bd668561067005a76a86d39534d (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 |
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.