SPECIAL NOTICE
71 -- Systems and Modular Furniture - Package #1
- Notice Date
- 3/7/2017
- Notice Type
- Special Notice
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA8057-17-RFI-0013-FCC
- Archive Date
- 5/5/2017
- Point of Contact
- Glinnis U. Thompson, Phone: 937-527-5179, David R. Frey, Phone: 937-257-2890
- E-Mail Address
-
glinnis.thompson@us.af.mil, david.frey.3@us.af.mil
(glinnis.thompson@us.af.mil, david.frey.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI Attachment 3 Dealership_Installation_Location_Matrix RFI Attachment 2 Requirements_Matrix RFI Attachment 1 Business_Profile_Matrix REQUEST FOR INFORMATION (RFI) AIR FORCE INSTALLATION CONTRACTING AGENCY (AFICA) FURNISHINGS COMMODITY COUNCIL (FCC) Systems & Modular Furniture II RFI #: FA8057-17-RFI-0013-FCC This RFI is open to manufacturers, dealers, and distributors of systems and modular furiture. If you are a dealer or distributor of systems and modular furiture, please forward this RFI to the systems and modular furiture manufacturer(s) your company represents. The Air Force is requesting one (1) RFI submission package per respondent. DISCLAIMER: THIS IS A REQUEST FOR INFORMATION ONLY as defined in FAR 15.201(e). This RFI is issued solely for information and planning purposes in order to obtain information related to general programmatic topics, price, delivery, product line capabilities analyses, and demographic/other market information. It does not constitute a solicitation or a promise to issue a solicitation in the future. Respondents will not be paid for the information submitted. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified and portion marked. The Air Force will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to the RFI will not be returned. This RFI is not a request for bids or proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding Contract or Agreement. This RFI does not commit the Government to contract for any supply or service whatsoever. 1.DESCRIPTION. AFICA is in the process of developing an acquisition strategy for a follow-on program to the current AF S&MF (Systems & Modular Furniture Program). The chosen strategy is expected to provide an enterprise-wide sourcing solution for systems and modular furiture within the Contiguous United States (CONUS). Responses may be submitted until Thursday, 20 April 2017 at 2:00 PM EST. The USAF requests that responses to this RFI please be submitted to the primary POC email glinnis.thompson@us.af.mil or alternate POC email david.frey.3@us.af.mil. All interested participants are STRONGLY encouraged to provide a complete and thorough response to this RFI; however, not responding will not preclude participation should a solicitation be released. Please monitor the Federal Business Opportunities (www.fbo.gov) website for future information pertaining to this potential requirement. This RFI may be followed by a Request For Proposals (RFP) or a Request For Quotations (RFQ). 2.CONTRACTING OFFICE ADDRESS AND POINTS OF CONTACT (POCs). a.Address: Department of the Air Force, AFICA 771 ESS/EGC ATTN: SrA Glinnis Thompson 1940 Albrook Drive, Building 1, Room 600 Wright-Patterson AFB, OH 45433 b.Primary POC: Contract Specialist: SrA Glinnis Thompson E-mail: glinnis.thompson@us.af.mil Commercial Phone: 937-257-5179 c.Alternate POC: Program Manager: Mr. David R. Frey E-mail: david.frey.3@us.af.mil Commercial Phone: 937-257-2890 3.BACKGROUND. AFICA is headquartered at Wright-Patterson AFB, OH. A mission of AFICA is to provide the USAF with enterprise level strategic sourcing solutions. AFICA is the USAF's centralized organization for executing enterprise-wide strategic sourcing for installation goods and services. Strategic sourcing best practices are utilized to continually improve and reevaluate organizational purchasing activities, to improve quality, and reduce costs for installation acquisitions. AFICA uses cross-functional teams called "Commodity Councils" to strategically source goods and/or services at the enterprise level. Currently the ESS (Enterprise Sourcing Squadron) services all AF installations within CONUS regions, with procurement offices buying systems and modular furiture. The current Systems & Modular Furiture Program includes Monolithic General, Panels, Work Surfaces, Connectors, Electrical, Voice and Data, Overhead Storage, Wardrobe, Undersurface Storage, Accessories and Freestanding Modular, as well as Stackable General, Panels, Face Tiles, Work Surfaces, Connectors, Electrical, Voice and Data, Overhead Storage, Freestanding Wardrobe and Undersurface Storage, Accessories and Freestanding Modular. To aid in the development of the anticipated acquisition strategy, AFICA is investigating the availability of S&MF providers, furnishing trends, and cost saving opportunities to ensure all of the aforementioned goods and services are provided in this follow-on program. The Air Force has structured this RFI to target industry feedback. The Attachments have been developed based on analises the Air Force's current and historical system and modular needs, anticipated furnishing demands, and current procurement processes. 4.RFI OBJECTIVE AND ATTACHMENT OVERVIEW. This RFI includes three (3) Attachments: a.Business Profile Matrix - Attachment 1: The purpose of this Matrix is to provide AFICA with market information to help validate our acquisition strategy. Please read and respond to all 27 Business Profile Topics. No topic/question may be changed, and responses are to be made in the column entitled "RESPONSE." 1)Workbook Tab 1 - Instructions 2)Workbook Tab 2 - Business Profile Topics b.Systems and Modular Furniture II Requirements Matrix - Attachment 2: The purpose of this Matrix is for respondents to state whether their product lines meet the manufacturing requirements as listed in the eight (8) category tabs below. 1)Workbook Tab 1 - Instructions 2)Workbook Tab 2 - Monolithic General, Panels, Work Surfaces, Connectors and Capacity 3)Workbook Tab 3 - Monolithic Electrical, Voice and Data 4)Workbook Tab 4 - Monolithic Overhead Storage, Wardrobe, Undersurface Storage 5)Workbook Tab 5 - Monolithic Accessories and Freestanding Modular 6)Workbook Tab 6 - Stackable General, Panels, Face Tiles, Work Surfaces, Connectors and Capacity 7)Workbook Tab 7 - Stackable Electrical, Voice and Data 8)Workbook Tab 8 - Stackable Overhead Storage, Freestanding Wardrobe Storage and Undersurface Storage 9)Workbook Tab 9 - Stackable Accessories and Freestanding Modular c.Dealership Installation Matrix - Attachment 3: The purpose of this matrix is for respondents to state their dealership network. Please enter the deleaership name, address, distance to the base, cage code, and small business and/or other applicable socio-economic designations in each of the 77 rows. Specifically, utilizing the attached spreadsheets, AFICA is looking to validate the market's capability of meeting our listed requirements by each S&MF product category and product line as well as the ability to meet or have authorized dealers meet the associated service requirements, which includes delivery, assembly, installation, removal, warehousing services and warranty coverage to the specified facilities/locations (See Attachment 2 - Tab 1 & 5). 5.INSTRUCTIONS TO RESPONDENTS. This RFI allows respondents the opportunity to provide details and comments consistent with industry trends, company product line offerings, and cost saving suggestions. All respondents with systems and modular furiture products meeting the requirements set forth in the S&MF II Requirements Matrix, attached hereto, are invited to provide data on the capabilities of their respective companies. Responses shall be in Microsoft® versions (WORD and EXCEL) or in PDF format viewable with the standard Adobe Acrobat Reader® and follow the instructions and layouts provided in Attachments 1 and 2 of this RFI. Responses shall NOT contain CLASSIFIED information. All responses must be submitted in the attached formats, per the directions provided in the respective Attachment itself. Other formats will not be considered. Please note that the maximum individual e-mail size that will be received for this RFI is 2MB. In the event a respondent is unable to utilize e-mail, hard copies that adhere to the following guidance may be mailed to the address identified in paragraph 2.a. Respondents that cannot or do not meet a requirement, please indicate as such and provide information regarding why the requirement cannot or will not be met. Now is the time to let the Air Force know what requirements may be problematic. Again, responses shall be delivered no later than Thursday, 20 April 2017 at 2:00 PM EST. 6.GENERAL RFI INFO/DISCLAIMER. Participants are advised that only Air Force Contracting Officers are legally authorized to commit the Government to the obligation of funds. Participants are solely responsible for all expenses associated with responding to this RFI. For copyright purposes, participants are also advised that submitting a proposal implies express permission for the Government to use the data, pictures, and other information contained in the submittals. There shall be no basis for claims against the Government as a result of any information submitted in response to this RFI. The Government does not intend to award a contract on the basis of this RFI, or reimburse the costs incurred by providing the information requested under this notice. This RFI is open to any capable and qualified commercial source. Respondents are advised that AFICA is under no obligation to acknowledge receipt of information received, or provide feedback to respondents with respect to any information submitted under this RFI. ATTACHMENTS: 1.Business Profile Matrix 2.Systems and Modular Furniture II Requirements Matrix 3.Dealership Installation Location Matrix
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8cbbb715774fb996e9baf282fe1a1c06)
- Place of Performance
- Address: 1940 Albrook Drive Bldg #1 Room #600, Wright-Patterson, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN04426011-W 20170309/170307234919-8cbbb715774fb996e9baf282fe1a1c06 (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 |