Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2020 SAM #6653
SOURCES SOUGHT

54 -- Access Control Partitions

Notice Date
2/14/2020 5:43:37 AM
 
Notice Type
Sources Sought
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760 USA
 
ZIP Code
01760
 
Solicitation Number
005746
 
Response Due
2/14/2020 9:00:00 AM
 
Archive Date
02/29/2020
 
Point of Contact
Kendall Marchioli, Phone: 508-206-2024
 
E-Mail Address
kendall.a.marchioli.civ@mail.mil
(kendall.a.marchioli.civ@mail.mil)
 
Description
1. Background: The DEPT Engineering Team at CCDC SC is in the process of constructing an advanced Additive Manufacturing facility in building 5, S-128. Due to ongoing plans for greater renovations, the partitions for this facility will need to be modular and durable to withstand install, uninstall, and wear and tear from large machines and from chemicals used in these processes. Product must be compatible with Porta-King Versaking systems currently in use in another Additive Manufacturing facility. 2. Requirements: a. General Requirements. The contractor's primary focus shall be to: (1) Fabricate and deliver all required modular panels and hardware such that DEPT can install access control partitions in S-128 in Natick, Massachusetts. (2) Provide custom sized panels to accommodate specific parameters of S-128 layout. Site visit(s) can be conducted. b. Specific Requirements: (1) 154 Linear Feet of 4� wide x 9� tall x 3� thick prefabricated walls (2) Post systems shall be anodized aluminum. (3) Shall be modular and reconfigurable in nature (4) Custom panels fabricated to accommodate location specific layouts (5) Shall include all required corner posts, wall anchors, top caps, and hardware for fastening to concrete floor. (6) Walls exterior shall be comprised of grey painted steel (7) 11x panels shall include tempered safety glass windows through the mid section (8) 3x sets of 20ga. steel double doors with mounting hardware shall be included accommodated within the panel design scheme. (9) Steel double doors shall include 23�x29� tempered safety glass windows. (10) Steel double doors shall accommodate SIMPLEX 1000 SERIES locksets (11) Steel double doors shall include panic bar hardware on inside faces. (12) Panels shall interface with Porta-King Versaking 3� wall system. (13) Layout shall accommodate the configuration attached This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources.� THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement.� This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� It is subject to change and is not binding on the Government. �Further, unsolicited proposals will not be accepted.� Funding is not available at this time.� The United States Army has not made a commitment to procure any of theitems/services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.� Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests.� All submissions become Government property and will not be returned.� Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized on the beta.SAM.gov website.� It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. RESPONSES: Interested parties may identify their interest and capability by sending responses regarding this requirement to the CCDC- Soldier Center via e-mail ONLY to�kendall.a.marchioli.civ@mail.mil no later than FEB 14, 2020 by 5:00 p.m. EST. The U.S. Government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party. Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. �If you hold a GSA Federal Supply Schedule contract, please identify your contract number.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8519e1a0e72a4b5a9acfc60acec57c39/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN05563267-F 20200216/200214230152 (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.