SOURCES SOUGHT
J -- Mattress Refurbishment
- Notice Date
- 4/12/2017
- Notice Type
- Sources Sought
- NAICS
- 811420
— Reupholstery and Furniture Repair
- Contracting Office
- Department of the Navy, United States Marine Corps, MCB Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609, United States
- ZIP Code
- 92051-1609
- Solicitation Number
- M0068117T0029
- Point of Contact
- Kenyadah Gamble, Phone: 7607258451, Drena J. McIntosh, Phone: 7577258447
- E-Mail Address
-
kenyadah.gamble@usmc.mil, drena.mcintosh@usmc.mil
(kenyadah.gamble@usmc.mil, drena.mcintosh@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The US Marine Corps Regional Contracting Office Marine Corps Installations West (MCIWEST), Camp Pendleton, CA is requesting information as detailed below. Request for Information (RFI) The Regional Contracting Office MCIWEST is conducting market research to identify vendors capable of providing Mattress Refurbishment for Marine Corps Recruit Depot (MCRD), San Diego, California. Potential offerors are invited to provide feedback via e-mail to kenyadah.gamble@usmc.mil. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The North American Industry Classification Standard (NAICS) code for this project is 811420, Reupholstery and Furniture Repair services with a size standard of $7.5M. NAICS code compliance verification will occur if/when proposals are submitted. Proposals are not to be submitted at this time. This is a Request for Information, NOT A REQUEST FOR PROPOSAL/BID/QUOTE. Scope of Work: Statement of Work •1. Service required: Mattress Refurbishment •2. Purpose: To refurbish mattresses used by recruits throughout their time at recruit training. Refurbishment has historically been more cost-efficent than replacement. •3. Service requirements: To provide all-inclusive mattress refurbishment services which fulfill the following minimum requirements: •a) Quarterly servicing of 200 twin-sized mattresses (800 annually). •b) Pick up and deliver mattresses to 1500 Iwo Avenue, Bldg. 28, San Dego, CA 92140. •c) Sterilization of twin-sized mattresses. •d) Removal and replacement of broken coils as needed. •· Sterilization in a dry head oven at 215-230 degrees F has historically fulfuilled this requirement. •· Appropriate substitute sterilization methods are authorized. •e) Removal of and replacement of padding as needed. •f) Removal of replacement of batting as needed. •· Must replace with 1lb cotton batting treated for flame-retardancy. •g) Replacement unserviceable mattress covers. •· Must replace with new commercial-grade pinstripe ticking cover. •h) Dispose of mattresses beyond economical repair at no additional charge to the Government. •· Must provide customer/technical point of contact (TPOC) with quantity and explanation of mattresses beyond economical repair prior to disposal. •i) All mattress components must meet California's flammability standard, Technical Bulletin 603 (TB 603) Responses to Request for Information: Contractors are reminded that this is a REQUEST FOR INFORMATION and is NOT a request for proposal/bid/quote. Responses to this notice shall not constitute responses to solicitation. 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. This Request for Information is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any government assessments. It is requested that interested businesses submit to the contracting office a brief capabilities statement, limited to no more than 5 pages in length. The capabilities statement must clearly detail the firm's ability to perform all aspects of this notice and must include the following: Company Profile to include: number of employees, office locations, Data Universal Numbering System (DUNS) number, Commercial and Government Entity (CAGE) code, and a statement regarding the socioeconomic status of the company (Section 8(a) of the Small Business Act (8a) small business concern, certified Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB) concern, etc.). Indicate whether your company has an active General Services Administration (GSA) contract that covers these services outlined in the attached PWS. If the answer is yes, include a copy of the GSA contract along with your response to this RFI. Relevant Experience to include: experience in performing efforts of similar size and scope within the last three years. Please include a brief description of the project, contract number, contract value, and an agency point of contact to include current telephone number. The information received will be utilized to assist in formulating the acquisition. All responses will be treated as proprietary. THE DEADLINE FOR RECEIPT OF SUBMISSIONS IS 19 April 2017, 10:00AM (PST). All submissions must be sent via electronic mail to: kenyadah.gamble@usmc.mil Primary Point of Contact: Kenyadah M. Gamble, Contract Specialist Regional Contracting Office MCI-WEST Camp Pendleton, CA Phone: 760-725-3235 Email: kenyadah.gamble@usmc.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068117T0029/listing.html)
- Place of Performance
- Address: Marine Corp Recruit Depot (MCRD), San Diego, California, 92140, United States
- Zip Code: 92140
- Zip Code: 92140
- Record
- SN04469681-W 20170414/170412234512-4e73a3048c557b756adae9e49a3ac189 (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 |