SOURCES SOUGHT
56 -- MARINE RATED ACOUSTIC CEILING SYSTEM TO REPLACE DETERIORATED CEILING TREATMENT
- Notice Date
- 1/30/2020 6:21:33 AM
- Notice Type
- Sources Sought
- NAICS
- 332323
— Ornamental and Architectural Metal Work Manufacturing
- Contracting Office
- OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140G0220Q0047
- Response Due
- 2/14/2020 8:59:59 PM
- Archive Date
- 04/30/2020
- Point of Contact
- Rollin, Jennifer
- E-Mail Address
-
jrollin@usgs.gov
(jrollin@usgs.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 332323 with a business size standard of 500 employees for an upcoming requirement for marine grade acoustic ceiling tiles. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Project Description: The Research Vessel (R/V) Sturgeon is a 104� steel hulled vessel that is owned by the U.S. Geological Survey�s Great Lake Science Center. The Sturgeons home port is Cheboygan, Michigan. The R/V Sturgeon has a very deteriorated ceiling treatment throughout the vessel and must be replaced. Statement of Need: Marine-Grade ceiling system with the following specifications, characteristics and quantities. � 600mm x 600mm x 0.70 mm (23.625�x23.625� x .031�) aluminum perforated tiles � Beveled on all edges emphasizing the rectangular feature � Tiles shall be perforated with 1.8mm (.07087�) holes at 3.5mm (.13780�) centers with an unperforated beveled border � Tiles shall be a clip in style with black acoustic felt bonded to the back side � Tiles shall be coated with a non-toxic polyester coating with ABS (American Bureau of Shipping) Class �C� fire rating � Weight of the tiles shall not exceed 2.9 Kg/m2 (6.3934 lbs./1.09361 yd2) � Additional weight of the primary grid carrier shall not exceed 1.2 Kg/m2 (2.6455 lbs./1.09361yd2) All tiles and carrier components shall be produced in accordance of DS/EN ISO 9001:2008 standards. QUANTITY 600 tiles COLOR: Pure White QUANTITY 60 tiles COLOR: Black QUANTITY 60 Edge/Perimeter Trim w/ hold down clips (4m lengths) (13.1234 ft lengths) COLOR: Pure White QUANTITY 10 Edge/Perimeter Trim w/hold down clips (4m lengths) (13.1234ft lengths) COLOR: Black QUANTITY 100 Lengths (4m/length) (13.1234ft length) Carrier No. 4 QUANTITY 250 each Carrier Splice No. 4 ALL Shipping costs, tariffs, duties, customs fees shall be included: F.O.B. to: Cheboygan Vessel Base 606 Water Street Cheboygan, MI 49721 DELIVERY: No later than September 15, 2020 Responses to this announcement are requested from (1) SBA certified Small Business HUBZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 332323 with a business size standard of 500 employees. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT February 14, 2020 at 3:00pm MST via e-mail to: jrollin@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/020d9455e4484827a7e5b1a5ff5be1e9/view)
- Record
- SN05548601-F 20200201/200130230210 (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 |