Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
SOURCES SOUGHT

S -- Furnishing Management Services

Notice Date
8/7/2018
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1570 Wright Brothers Ave, Bldg 2903, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
F3T3CE8191AW01
 
Archive Date
8/28/2018
 
Point of Contact
Kevin M. Love, Phone: (919) 722-7145, Michael J Demers, Phone: 919-722-1762
 
E-Mail Address
kevin.love.5@us.af.mil, michael.demers.4@us.af.mil
(kevin.love.5@us.af.mil, michael.demers.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This is for a market survey only; therefore, do not request a copy of the solicitation. No proposals are being requested or accepted with this synopsis and no contract shall be awarded from this synopsis. The U.S. Air Force, Seymour Johnson Air Force Base (SJAFB) is seeking to identify potential sources, market capabilities and market conditions to operate the base Furnishings Management Section (FMS), furnishings warehouse, and maintain government-furnished inventory in support of Seymour Johnson AFB, NC. Interested and capable commercial sources are being sought to determine the level of interest to perform the required services. The contractor shall manage all aspects of furniture, equipment, and appliance management for dormitories (Permanent Party and Pipeline-- as defined in AFI32-6005). Functional areas of responsibility include warehouse management, accountability, routine updating of the 5-Year Long-Range Furnishings Plan, and systematic replacement/repair of furnishings/appliances to include annual cost summary for said operations. Authorized furnishings are listed in AFI 32-6004. The contractor acts as the primary property custodian for all assets in Unaccompanied quarters, Installation Commander's unit, and Fire Department's sleeping quarters. This is not a request for proposal, but a solicitation is expected to be issued at a later date. It is anticipated the contract will be a Firm-Fixed Priced contract with a one (1) year base period and include four (4) one (1)-year option periods. If a solicitation is released, it will be posted electronically to FedBizOpps on https://www.fbo.gov/. The North American Industry Classification System (NAICS) is 561210, Facilities Support Services with a Small Business size standard of $38.5M. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of members of both the Small Business Community and the open market to compete for and execute a Firm-Fixed Price contract to provide the requirements of the FMS Performance Work Statement. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include: 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned Small Business concerns. The Government requests that interested parties respond to this notice if capable and identify your small business status to the identified NAICS code. All submissions received will be reviewed solely for the purposes of market research. Information submitted by respondents is strictly voluntary. The Government must determine and ensure there is adequate competition among the potential pool of interested, capable commercial companies. All Government personnel reviewing this information understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. Respondents must include the following information within their statement of capability packages. Capability packages shall not exceed 8 single-sided pages in length: a. Company Information: Your company's name, address, point of contact with email address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), and business size. Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. b. A Statement of Capabilities demonstrating the skills, experience, knowledge, and capabilities necessary to perform the work specified within the summary of requirements outlined above. Please limit your relevant past performance to the past three years and include the Contract Number(s) or Customer/Company Name. c. Capability package responses shall be sent via email to both kevin.love.5@us.af.mil AND michael.demers.4@us.af.mil. Oral communications ARE NOT acceptable in response to this notice. Paper copies of this announcement will not be accepted. Negative responses are not required. Capable and interested sources must respond to this Sources Sought no later than 3:00 p.m. EST on 13 Aug 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/F3T3CE8191AW01 /listing.html)
 
Record
SN05023954-W 20180809/180807231216-ca599bac24ef668448194c283560fb97 (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.