Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2010 FBO #3133
SPECIAL NOTICE

65 -- COMMODITIES AND SERVICES FOR DOVER AFB INITIAL OUTFITTING

Notice Date
6/21/2010
 
Notice Type
Special Notice
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S-10-R-0040
 
Archive Date
9/19/2010
 
Point of Contact
Debra Walker-Sykes, 501-324-6974
 
E-Mail Address
USACE District, Little Rock
(debra.a.walker-sykes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Southwestern Division, Little Rock District intends to negotiate on a sole source basis (IAW FAR 13.501) with Cazador Apparell LLC, 3201 C Street, Suite 400, Anchorage, AK 99503, as the only responsible source that can provide Process, Physical Distribution and Logistics Consulting Services for the Initial Outfitting and Transition/Initial Outfitting (IO-T/IO) of the Medical Treatment Facility located at Dover AFB, Delaware. The Government intends to create a Single Award Task Order Contract for the IO-T/IO. The resulting contract will not exceed one (1) year in duration. The following are essential characteristics of the IO-T/IO: 1. Step 1 (Services) and Step 2 (Commodities): Initial Outfitting Transition (IO-T) and Initial Outfitting (IO). IO-T includes project management, transition/relocation planning, space planning, public relations support, inventory identification, and the planning/design and requirement development of all the systems and commodities identified above. Once the requirements are identified, priced and negotiated, then the IO Contractor shall provide the product outlined in the Statement of Work. This portion of the work also includes any de- or re- install of existing systems/equipment/furniture, and storage, delivery, installation, labor, disposal or disposition, testing, certification, clean-up/cleaning, training, O&M manuals and the updating of information in the Air Force Medical Services (AFMSs) facility management real property system (DMLSS). This acquisition is being conducted under small business set-aside restriction procedures. The intended procurement will be classified under North American Industry Classification System (NAICS) 337215 with a Small Business Sized Standard of 500 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including price, sufficient to determine capability in providing the same services and product. All capability statements received by the closing date of this publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Because of urgency, Statement of Work will be provided upon email request to small business Central Contractor Registration registered vendors only. Capability statements shall be submitted by email only as a MS Word, Excel or Adobe PDF attachment to Debra Walker-Sykes at debra.a.walker-sykes@usace.army.mil. Statements are due by 2:00pm Central Daylight Time 7 July 2010. Phone calls will not be accepted. Point of Contact Debra Walker-Sykes, Contract Specialist, phone 501-324-6974 x1043, fax 501-324-5547, email debra.a.walker-sykes@usace.army.mil. Alternate POC is A.J. Brown, Contracting Officer, phone 501-324-6974 x1038, fax 501-324-5547, email: aj.brown@usace.army.mil. Place of Performance Dover AFB Bldg. BEE 216 Chad Street Dover AFB, Delaware 19902
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-10-R-0040/listing.html)
 
Record
SN02183226-W 20100623/100621234808-daa271f4862ac056b1d837bbe1f8d72d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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