SOURCES SOUGHT
71 -- AATC/AP Furniture - Design and Procurement of New Furniture
- Notice Date
- 4/29/2021 6:47:55 AM
- Notice Type
- Sources Sought
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- W39L USA NG READINESS CENTER ARLINGTON VA 22204-1382 USA
- ZIP Code
- 22204-1382
- Solicitation Number
- W9133L-21-SS-AATC-02
- Response Due
- 5/7/2021 9:00:00 AM
- Archive Date
- 09/30/2021
- Point of Contact
- Kathleen Durco, Phone: 5206030817, Michael S. Wade, Phone: 7036071260
- E-Mail Address
-
kathleen.durco@us.af.mil, michael.s.wade.mil@mail.mil
(kathleen.durco@us.af.mil, michael.s.wade.mil@mail.mil)
- Description
- This is a Sources Sought issued solely for information and planning purposes;and is not a notice of solicitation issuance. There is NO bid package or solicitation document associated with this announcement. The requested information is for market research and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Vendor is solely responsible for the accurate marking of any material submitted that is proprietary or restricted in nature. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government shall not be liable for, or suffer any consequential damages for any improperly identified proprietary information. The National Guard Bureau (NGB) on behalf of its Air National Guard Air Force Reserve Test Center (AATC) is seeking information about potential sources interested and capable of providing equipment under North American Industry Classification System (NAICS) code 337214 for design and procurement of new furniture. Background: �The (AATC) Advanced Program Office is being newly renovated in its entirety and requires new design and furniture.� Contractors shall design and procure new furniture per the attached general design considerations, floorplan, and dimensions. Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS code 337214 at CONUS locations as well as, other surrounding territories, may submit answers to questions below and/or capabilities statement packages. A transmittal letter shall include: A Rough Order of Magnitude (ROM): Drawing/Design:�Generate a layout/floorplan. (Mandatory). and�Generate a detailed model for a �typical workstation� to include overhead, side, 3-D� �perspective (Mandatory). Estimated manufacturing lead-time (Mandatory): Estimated Delivery after -Receipt-of-Order (ARO) (Mandatory) Name and address of the company Cage Code List all NAICS codes your firm is registered under:� Company's business size status In accordance with the terms and conditions of the Small Business Administration Our firm is a certified: _____ 8(a) certified small disadvantaged business _____ certified Service-disabled Veteran-owned small business _____ Veteran-owned small business� � _____ certified HUBZone small business _____ Small Disadvantaged Business _____ Woman Owned small business _____ Economically-disadvantaged Woman-owned small business _____ Minority _____ Native American tribal firm _____ Alaskan Native Corporate _____ Native Hawaiian owned small business _____ Small Business ���������� A point-of-contact to include phone number, fax number, and email address Based on the attached performance work statement Our firm would be interested in proposing on this project as a: �______� Sole Contractor ______� Prime Contractor (if small business) performing at least 50% of the work with ������������� subcontractor( s), ______ Prime contractor (if small business) performing at least 50% of the work with the ������������ following team member subcontractor(s) (Insert business name, business size, cage ������������ code, and work which will be subcontracted), or _______ Joint venture with (Insert business name, business size, and cage code). (See FAR ����������� �subpart 9.6 for Government policy on teaming arrangements, as well as ����������� �8(a)Program regulations described in 13 CFR 124.513, HUBZone Program ������������� regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned ������������ Program regulations described in FAR 19. 1403 (c) and 13 CFR 125.15(b).) _______Other Teaming Agreement (please explain) This RFI is for planning purposes and is not to be construed as a commitment by the NGB to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader responsibility to monitor the Beta.SAM for any resultant or future solicitation package (s). The Government requests comments from interested parties to the following questions: 1.���� Would you be interested in submitting a proposal considering the anticipated scope of work items? If not, why? 2.���� Do you have sufficient experience in the anticipated scope items that would allow the evaluator to assess your capability? If not, please explain. 3.�� What maximum annual capacity of work can your firm reasonably manage while assuring effective program/project implementation and maintaining quality products? Provide any relevant information that demonstrates the ability to manage, execute and administer a project with several task orders located in multiple regions of the CONUS? 4.Would limits on subcontracting IAW FAR 52.219-14 (small businesses) affect the ability to perform? Please explain. 5.���� Have commercial procedures been used to complete any or all of the scope of services described above? 6.���Do you have a current DCAA audit? �7.���Provide your experience in performing work similar in scope and magnitude to the work described in the attached performance work statement.� Please provide examples and provide the contract number; type of service; dollar amount; complexity; type of contract; period of performance; and a brief description of the scope of services. Please explain how your firm participated (as the Prime or subcontractor or teaming partner or joint venture). �8.���� Do you have a project management and cost tracking system in place that can accommodate both routine task order work as well as undefined response actions that may be added any time during the field effort? 9.�� Do you have a master subcontracting plan? 10.�� If you are a small business, would you consider submitting a proposal as a prime contractor? 11.�� What is the normal length of a contract for the product or service previously/currently worked? 12.�� If applicable, have performance based services been used for those services previously/currently worked? If so, how did regulatory standards affect metrics? Where incentives used? What kinds of performance assessment methods are commonly used? 13.� Do you have any other comments or suggestions that you would like to share with us? Please e-mail responses to kathleen.durco@mail.mil no later than 06 May 2021.� Responses must include in subject line Request for Information:� AATC AP Furniture Design & Provide This is an RFI to be used in planning a future acquisition, please do not send in any proposals. Request for proposals, if and when issued, will be available via the Internet at www.beta.sam.gov. As such, it is the potential offerors responsibility to monitor these sites for the release of any additional information. � At this time, the NGB does not guarantee any future contracts; and, responses to this Sources Sought notice do not bind NGB to any agreement with the responder, be it explicit or implied. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All responses should be submitted electronically using PDF, HTML, MS Word or PowerPoint formats. Responses shall not exceed XX pages excluding cover page, 8 1/2"" X 11"", font size not smaller than 10 � ATTACHMENTS/EXHIBITS: General Design Considerations Exhibit 1: Floorplan dimensions. Exhibit 2: Room or area numbering. Exhibit 3: Density for �rough-in� planning only. Exhibit 4: Workstation / Functional Summary. Exhibit 5:�Room�20 User Suggestion Exhibit 5:� Room 20 User Suggested Design.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4f41fcb8ad08490e91dd9069add55bd4/view)
- Place of Performance
- Address: Tucson, AZ 85706, USA
- Zip Code: 85706
- Country: USA
- Zip Code: 85706
- Record
- SN05987880-F 20210501/210429230128 (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 |