SOURCES SOUGHT
71 -- Command Board Custom Woodwork
- Notice Date
- 9/3/2025 9:00:11 AM
- Notice Type
- Sources Sought
- NAICS
- 337212
— Custom Architectural Woodwork and Millwork Manufacturing
- Contracting Office
- W074 ENDIST MOBILE MOBILE AL 36602-3630 USA
- ZIP Code
- 36602-3630
- Solicitation Number
- W9127825QA012
- Response Due
- 9/23/2025 12:00:00 PM
- Archive Date
- 10/08/2025
- Point of Contact
- Phuc Dang, Phone: (251) 441-5598, Erica Collins
- E-Mail Address
-
phuc.d.dang@usace.army.mil, erica.m.collins@usace.army.mil
(phuc.d.dang@usace.army.mil, erica.m.collins@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Sources Sought Number: W9127825L0000 Solicitation Number: W9127825QA012 Classification: 7110/5440 NAICS: 337212 - Custom Architectural woodwork and Millwork Manufacturing 332323 - Ornamental and Architectural Metal work Manufacturing Post for 15 Days Subject: Project Title: Fabrication and Installation of Custom Recognition Feature Walls and Plaques Location: U.S. Army Corps of Engineers � Mobile District Headquarters 1. Purpose The purpose of this contract is to design, fabricate, deliver, and install premium custom wood feature panels, recognition walls, and plaques that complement the existing fine woodworking within the Mobile District Headquarters. All work will utilize premium veneer materials that are book-matched, balanced, sequenced, and stained-to-match (STM) existing finishes. 2. General Requirements All panels and plaques shall meet high-quality woodworking standards with premium veneer backers. All inscriptions, logos, and etchings shall be accurate and aligned per provided renderings. All acrylic holders and nameplates shall be fabricated for ease of replacement and changeability. Contractor shall provide professional delivery, placement, and installation. Final products shall be finished with fine furniture-grade coatings and durable protective finishes. Contractor is responsible for all measurements, templates, and fit verification prior to fabrication. Renderings are provided for reference and must be adhered to unless otherwise approved. 3. Specific Tasks A) Retired Distinguished Civilian Employees (Feature Wall Panel) Fabricate premium veneered wooden backer (STM) per rendering. Install U.S. Army plaque and U.S. Army Corps of Engineers Mobile District plaque with text. Repurpose and refinish existing scroll. Provide center placard and small logo plaque. Produce and mount 48 individual plaques, each with image, printed logos, and inscribed text. Deliver and install completed panel assembly. B) Mobile District Commanders (Feature Wall Panel) Fabricate premium veneered wooden backer (STM) per rendering. Install dimensional lettering. Provide 95 acrylic 4�x6� picture holders (changeable). Provide 95 inscribed nameplates (�� x 2�). Deliver and install completed panel assembly. C) Large CNC/Laser Carved Wooden Medallion Fabricate 34� solid hardwood medallion to match existing wood. Perform CNC machining and laser etching of design. Apply infill paint (if needed). Finish with fine furniture-grade coatings. Deliver and install. D) Deputy District Engineers for Programs & Project Management (Wall Panel) Fabricate premium veneered wooden backer (STM) per rendering. Install dimensional lettering. Provide and mount large �Roles/Responsibilities of DPM� placard. Provide 4 acrylic 8�x10� picture holders (changeable). Provide 4 inscribed nameplates (8�x2�). Deliver and install completed panel assembly. E) Chain of Command (Lobby Feature Panel) Fabricate premium veneered wooden backer (STM), not to exceed 4�x6�. Install dimensional lettering �CHAIN OF COMMAND�. Provide 7 acrylic 8�x10� picture holders (changeable). Provide 7 inscribed name/office-position plates (8�x2�). Install U.S. Army star plaque and USACE red castle plaque. Deliver and install completed panel assembly. 4. Deliverables Five (5) completed feature panels/medallions per specifications above. Shop drawings and renderings for approval prior to fabrication. Final installed recognition walls and plaques within agreed timeframe. Warranty on craftsmanship, installation, and finish for a minimum of one (1) year. 5. Period of Performance The contractor shall complete fabrication, delivery, and installation within 120 calendar days of award. 6. Government-Furnished Information (GFI) Renderings and design layouts. Access to designated installation locations. Existing scroll (for refinishing/repurposing). 7. Acceptance Criteria Materials and finishes match renderings and existing woodwork (STM). Plaques, nameplates, and lettering are accurate and aligned. Installation is level, secure, and free of defects. Final approval by Contracting Officer�s Representative (COR). RESPONSE INSTRUCTIONS Responses are requested with the following information: 1. Contractor�s name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification (to include any designations such as Small Business, HUBZone, Section 8(a) contractor, Service-Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, etc.) shall be indicated on the first page of submission. 3. Contractor shall identify the percentage of services provided to the commercial marketplace and the percentage of services provided to government agencies. 4. Documentation should be submitted with the following considerations: Experience in performance of similar contract tasks in the last 5 years. Experience and ability to provide contract services that successfully demonstrate contractor's timeliness/effectiveness of contract problem resolution without extensive customer guidance. Experience and ability to incorporate and manage changes of requirements and/or priorities within scope of contract including planning, execution and response to customer changes. Experience and ability to successfully respond to emergency and/or surge situations (including notifying Contracting Officer Representative or Contracting Officer in a timely manner regarding urgent contractual issues). Experience and ability to execute a successful quality control program. Experience and ability to execute a successful safety program to include ability to maintain an environment of safety, adhere to its approved safety plan, and respond and correct safety issues. No more than five (5) projects that are at least 50% complete within the past five years that demonstrate their capability to perform the types of work described above for Operation and Maintenance and Technical Support services. Project information is not to exceed 1 page per project and should include title, location, general description of the project, Offeror's role, dollar value of the project, and name of the company, agency or Government entity for which the work was performed with contact information (reference name, phone number and email address). The above requested information shall not exceed a total of ten (10) pages on 8.5"" x 11"" paper, 12-point Times New Roman font, with a minimum of one (1) inch margins all around. Please do not provide standard marketing brochures or catalogs. Responses will be evaluated on the basis of demonstrated functional capability. Responses are due no later than 05 June 2025, 2:00pm. CDT. Responses received after this date and time may not be reviewed. Responses shall be submitted via email to Phuc Dang, Contract Specialist, at Phuc.D.Dang@usace.army.mil. In the subject line of your email state: Response to Fabrication and Installation of Custom Recognition Feature Walls and Plaques Sources Sought. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored. Primary Point of Contact.: Contracting Office Address: Phuc D. Dang, P. O. Box 2288 Contract Specialist 100 Canal Street Phuc.D.Dang@usace.army.mil Mobile, Alabama 36602 United States
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/78e265d0dac84c3b89c63f880c139b14/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07577319-F 20250905/250903230050 (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 |