SOURCES SOUGHT
71 -- SCIF Workbench Systems - SCIF Layout
- Notice Date
- 8/5/2016
- Notice Type
- Sources Sought
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-16-Q-B192
- Archive Date
- 8/27/2016
- Point of Contact
- Sandra Seman, Phone: 3214947092, Kenneth H. Carpenter, Phone: 3214947041
- E-Mail Address
-
sandra.seman@us.af.mil, kenneth.carpenter.1@us.af.mil
(sandra.seman@us.af.mil, kenneth.carpenter.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SCIF Layout SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-16-Q-B0192 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 337214. The size standard for NAICS is 1,000 employees. The requirement is to provide workbench consoles that will allow 45 OSS/OSK to consolidate office space and allow utilization of 45 SW facilities to conduct mission operations. Workbenches must match and interconnet with exiting Watson Dispatch furniture. GSA SIN/MAS 711 2. Salient Characteristics: Workbenches must match and interconnet with exiting Watson dispatch furniture. a. Has to be designed specifically to 45 SW SCIF (Rm C-7) dimensions to maximize limited space and increase worker synergy. b. Designed for four (4) workbench consoles to include three (3) CPUs and two (2) monitors per station with appropriate power/cable management. c. Each console (2) must have a central area that houses the monitors, keyboard, and mouse that will raise up to a standing height. These consoles are commonly known as center lift or full lift consoles. d. Monitors will be capable of being mounted two wide and one high. Need for CPU cavities/cubbies that have roll-out bases in order to maximize desk surface space and the area below the desk. Attachments: Room Layout NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! What is the purpose of the item(s): The purchase of these consoles allows the consolidation of required network systems into a single location while also maximizing the limited office space and maximize the shared SCIF work space. The consoles also provide sit/stand capabilities required for 24/7 operations. The 45 SW/CC and CV utilize the SCIF to conduct teleconference meetings with 14 AF. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. 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. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers 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. 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 be individually notified of the results of any government assessments. The Government's evaluation 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 businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil and sandra.seman@us.af.mil. RESPONSES ARE DUE NO LATER THAN 3:00 p.m. EST on 12 Aug 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-16-Q-B192/listing.html)
- Place of Performance
- Address: Patrick AFB, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN04211946-W 20160807/160805235011-a20d3f70d73a8666744425c52123112d (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 |