Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2020 SAM #6629
SOURCES SOUGHT

V -- 39 RQS Office Relocation Services

Notice Date
1/21/2020 9:09:35 AM
 
Notice Type
Sources Sought
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
FA2521 45 CONS LGC PATRICK AFB FL 32925 USA
 
ZIP Code
32925
 
Solicitation Number
FA252120QB029
 
Response Due
1/28/2020 9:00:00 AM
 
Archive Date
02/12/2020
 
Point of Contact
Megan Dunn, Phone: 3214946705, Tiffany S. Thornton, Phone: 3214945544
 
E-Mail Address
megan.dunn.3@us.af.mil, tiffany.thornton.3@us.af.mil
(megan.dunn.3@us.af.mil, tiffany.thornton.3@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA252120QB029 shall be used to reference any written responses to this source sought. Patrick Air Force Base (PAFB) anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 484210 and the size standard for this NAICS is $30M. GSA MAS/SIN: 71IIK/712-1 71IIK/712-3 71/711-91 71/711-93 The 39th Rescue Squadron (39 RQS) has a requirement for non-personal services for the relocation and reconfiguration of office furniture and non-office furniture from Bldg 673 to into two temporary trailers located at Patrick Air Force Base (PAFB), Florida. This relocation will include all personnel, materials and equipment necessary to ensure complete relocation transition and equipment functionality from Bldg 673 to temporary facilities. The 39 RQS requires the disassembly, relocation, reassembly, and reconfiguration, as required, of selected office and non-office furniture from Bldg 673 to the designated temporary trailer facilities. The contractor shall provide all personnel, tools, materials, equipment, supervision, and other items necessary to accomplish a relocation and office reconfiguration. The contractor is not responsible for mounting any equipment items on interior or exterior walls. The relocation is considered complete when all office furniture, printers, and non-office furniture equipment items are in-place, all furniture is reassembled and/or reconfigured and fully functional, and all electrical hookups/connections are complete; within 7 days of the Army Corps of Engineers authorization for the unit to occupy the temporary facility. The final period of performance is contingent on the date of the authorization of occupancy. Tentative time frame of March/April 2020. Salient Characteristics: The contractor must be proficient in the disassembly, reassembly, and possible modification of existing OSF Pulse and Hawthorn systems furniture to a standalone configuration. Please see attached Performance Wok Statement (PWS). 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. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! 45 CONS is interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the 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 decisions. 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. All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to Megan Dunn and Tiffany Thornton at the following e-mail addresses: megan.dunn.3@us.af.mil and tiffany.thornton.3@us.af.mil. Responses must reference ""FA252120QB029, 39th RSQ Furniture Relocation"" in the email subject line. Telephone responses will not be accepted. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through Beta SAM or General Services Administration (GSA). Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. RESPONSES ARE DUE NO LATER THAN 28 JANUARY 2020 @ 12:00 P.M. EST.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/aa90da83de9a482d86620184d17c831e/view)
 
Place of Performance
Address: Patrick AFB, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN05539757-F 20200123/200121230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.