Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2025 SAM #8443
SOURCES SOUGHT

54 -- Temporary Structure For Mission Support Swing Space

Notice Date
1/6/2025 3:50:15 AM
 
Notice Type
Sources Sought
 
NAICS
23622 —
 
Contracting Office
NAVFACSYSCOM WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
 
ZIP Code
20374-5018
 
Solicitation Number
N4008023R0022
 
Response Due
1/20/2025 11:00:00 AM
 
Archive Date
02/04/2025
 
Point of Contact
David Potocek, Phone: 4102933773, Teshima Mason, Phone: 2023223612
 
E-Mail Address
david.m.potocek.civ@us.navy.mil, teshima.e.mason.civ@us.navy.mil
(david.m.potocek.civ@us.navy.mil, teshima.e.mason.civ@us.navy.mil)
 
Description
Notice of Intent to Use a Brand Name This is a Sources Sought Notice and is for informational/market research purposes only. This is not a solicitation announcement for proposal and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up in formation request. The Naval Facilities Engineering System Command, United States Naval Academy (USNA), Annapolis MD, is conducting market research to identify potential sources in the marketplace that can provide a high performance tensioned fabric structure that can be used as a temporary structure to support construction activities at Naval Support Activity (NSA) Annapolis Maryland. Due to the unique nature of the need this agency intends to utilize a brand name specification for Sprung Instant Structure to provide the high performance tension fabric structure. This Sources Sought is intended to determine if there are other capable sources in the marketplace that can provide substantially equivalent products that meet the specific requirements outlined in the requirement description below: Requirement Description The requirement is for an advanced temporary high performance tensioned fabric structure for a gross area that is approximately 9,800 square feet which can be used as an essential temporary swing space structure for the temporary relocation of Midshipmen services such as medical and dental clinics, administrative offices, retail, Navy Exchange operations etc. The expected capability for this temporary high performance fabric structure should exceed that used for standard and conventional temporary structures, as it will require high level of engineering precision and design customization that can provide longevity and structural integrity under demanding conditions and any site specific challenges that will be encountered at it designated location. This high performance temporary structure should be constructed to meet DoD design standards and engineered to meet the physical constraint of a complex military environment and should be: Highly durable with a lifespan of at least 25 to 30 years Be operational with minimal maintenance Be able to stand against environmental elements and have all other support that is necessary to make it a complete and useable structure. Rust proof Environmentally friendly Available for rapid deployment Adaptable to complex site conditions Under the authority of FAR Sub part 6.302-1, The Naval Facilities Engineering System Command, United States Naval Academy Annapolis MD, is contemplating a Justification and Approval to authorize brand-name specifications for Sprung Instant Structure in support of a future solicitation for Temporary Structure for Mission Support Swing Space at NSA Annapolis. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to respond to this Sources Sought. Responses shall include, at a minimum, the following: Company name, address, phone number and point of contact. Product name and model number Any other relevant product information or specifications To be considered, please submit detailed technical data in order for the Government to conduct a comprehensive evaluation of your product to ensure compatibility with the existing system. In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. The responder is solely responsible for the information it submits and any associated costs. The Government reserves the right to disregard any submittal that is incomplete or vague. SUBMISSIONS ARE DUE BY 20 JANUARY 2025 AT 2 PM EST. LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent electronically, via email to David Potocek and Teshima Mason at David.M.Potocek.civ@us.navy.mil and Teshima.e.mason.civ@us.navy.mil .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/87c61463f51a448fab2469fd94463d02/view)
 
Place of Performance
Address: Annapolis, MD 21402, USA
Zip Code: 21402
Country: USA
 
Record
SN07306211-F 20250108/250106230117 (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.