Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2014 FBO #4663
SOURCES SOUGHT

99 -- Purchase various decorative wreaths, Christmas ornaments, and signage decorations.

Notice Date
8/29/2014
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
RCO Hawaii (PARC Pacific, 413th CSB), Regional Contracting Office, Hawaii, ATTN:CCEC-PAH, 742 Santos Dumont Ave., Building 108 Wheeler Army Air Field, Schofield Barracks, HI 96857
 
ZIP Code
96857
 
Solicitation Number
W912CN14T0422
 
Response Due
9/4/2014
 
Archive Date
10/28/2014
 
Point of Contact
Ryan Lee, 808-656-0978
 
E-Mail Address
RCO Hawaii (PARC Pacific, 413th CSB)
(ryan.g.lee.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis: The 413th Contracting Support Brigade, Regional Contracting Office, Hawaii, is performing market research through this Sources Sought. This is NOT A SOLICITATION for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) The availability and capability of qualified business sources; (2) What is the size of the capable business, and to identify whether they are large businesses or small business; HUBZone small business; service-disabled veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged business; (3) Their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. NAICS: 339999 - All Other Miscellaneous Manufacturing Small Business Size Standard: 500 employees Draft Requirement: Purchase various decorative wreaths, Christmas ornaments, and signage decorations. Figure A. Pictures of Wreath design and positioning (not in sources sought) Items 1 thru 4 from Left to Right Respectively Salient Features for Items 1 thru 4 - Wreath frames shall be powder coated rather than painted. Wreath Items should be exactly similar in appearance and construction to those shown in Figure A above. Wreaths should be approximately 4' in diameter and should be a minimum of 6 quote mark in thickness. Wreaths should be constructed with 3-dimensional frames and not made from flat 2-dimensional frames. Wreath items should be green in color with bows that are red and gold meaning that the bows are red with gold accents. Bows on the wreaths should be similar in proportion to those shown in Figure A and should not be too small or too large. Wreaths should include mounting hardware to allow for mounting on posts as shown in Figure A above. Oval shaped wreaths should be mounted as shown in Figure A. Wreaths should include a minimum of 100 or more LED white lights. Only white lights will be acceptable on wreaths. All wreaths shall be equipped with a stand-alone solar power pack to charge the LED lights to run for a minimum of 8 hours during night time and be able to turn on the lights automatically at dusk and turn off at dawn with no other power requirements. Replacement bulbs should be required so that 50% of the bulbs might be replaced if broken or not functioning. Salient Features for Tree Ornaments - Item 5 Ornaments should be made to an approximate size of 18 quote mark. They should be 3-dimensional and not 2-dimensional or flat. They should be made similar to the following shapes: diamonds, tear drops, ovals, spheres, stars, etc. There should be a near average sample of each shape within the required 60 ornaments. For example, if there are 6 shapes available there should be 10 from each shape to equal the required 60 ornaments. There should be a minimum of 5 shapes available. Tree ornaments should be made with lights. White LED lights should be used and no other colors should be accepted. Lights should be able to be powered using 120V 60Hz AC electricity. Tree ornaments should be made separate from each other and not be included as part of a light string. Colors should be regular Christmas colors; for example, red, green, silver, gold, etc. Colors should not be neon colors or off shade colors of traditional Christmas like tones. Ornaments should be made of lightweight material so as not to be excessively heavy and should be able to be supported by an average size tree limb if placed 2-3 feet from the outermost part of the limb. Ornaments should include hardware sufficient to be able to attach to a tree limb. Replacement bulbs should be required so that 50% of the bulbs might be replaced if broken or not functioning. Salient Features for Ornaments for Installation Gate Signs - Item 6 Gate sign ornaments frames shall be powder coated rather than painted. Installation signs are located at the main gates and measure 8 feet in length, 4 feet in height and 3 feet in width and are made of concrete. Gate sign ornaments are required to be outfitted with brackets to allow mounting on cement installation signs as shown in Figure B below. Gate sign ornaments are required to be in the appearance and shape of a ribbon and a bow similar to Figure B below. Ribbon and bow ornaments should be equipped with LED lights throughout the structure and not just around the edges. All lights should be red LED only. All installation gate sign ornaments shall be equipped with a stand-alone solar power pack to charge the LED lights to run for a minimum of 12 hours during night time and be able to turn on the lights automatically at dusk and turn off at dawn with no other power requirements. Replacement bulbs should be required so that 50% of the bulbs might be replaced if broken or not functioning. Figure B. Mock display of possible signage decoration (not in sources sought) Anticipated Period of Performance: Award is anticipated to be made before September 30, 2014. Submission of Capability Statement/Information Sought: Interested, qualified, and equipped organizations should submit a tailored capability statement for this requirement: 1. Not to exceed 2 single-sided pages that clearly details the ability to provide the items of this requirements notice. 2. On top of the first page of your capability statement should include: - Indication of current certified small business status (HUBZone, SDVOSB, 8(a), WOSB, etc.) or indication of large business - Organization's name - Point of contact - Address - DUNS number - Cage Code - EIN Information Submission Instructions: All capability statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Ryan Lee, Contract Specialist at: ryan.g.lee.civ@mail.mil by Thursday, September 4, 2014, 11:00 AM HST. All responses must be received by the specified due date and time in order to be considered. ANY RESPONSES RECEIVED AFTER THAT DATE AND TIME MAY NOT BE CONSIDERED. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Incomplete responses will not be considered in determining market availability. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0c54697acbefa6b7e3fdcafdb22e284d)
 
Place of Performance
Address: RCO Hawaii (PARC Pacific, 413th CSB) Regional Contracting Office, Hawaii, ATTN:CCEC-PAH, 742 Santos Dumont Ave., Building 108 Wheeler Army Air Field Schofield Barracks HI
Zip Code: 96857
 
Record
SN03488827-W 20140831/140829234830-0c54697acbefa6b7e3fdcafdb22e284d (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.