Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 26, 2020 SAM #6937
SOURCES SOUGHT

99 -- NMUSAF Strollers

Notice Date
11/24/2020 2:10:33 PM
 
Notice Type
Sources Sought
 
NAICS
339930 — Doll, Toy, and Game Manufacturing
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA8601-21-R-NMUSAFS-SS
 
Response Due
12/8/2020 11:00:00 AM
 
Archive Date
12/23/2020
 
Point of Contact
Eric Re Guerrero, Phone: 9372577855, Alanna Medina, Phone: 3125224509
 
E-Mail Address
eric.re_guerrero.2@us.af.mil, alanna.medina@us.af.mil
(eric.re_guerrero.2@us.af.mil, alanna.medina@us.af.mil)
 
Description
SOURCES SOUGHT (Not a Notice of Solicitation) FA8601-21-R-NMUSAFS-SS The United States Air Force, Air Force Materiel Command, Air Force Life Cycle Management Center, Installation Contracting Division, Base Support Contracting Branch, Wright-Patterson Air Force Base, Ohio is seeking capabilities packages of all potential sources, including small business (SB), 8(a) participants, HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB) that are capable of delivering Strollers as defined in the attached draft Performance Work Statement(PWS). Firms that respond shall 1) specify that their product meets the specifications provided below and 2) provide detailed information to show clear technical compliance. THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSALS. Draft Minimum Requirements are listed below. � All interested firms shall submit a response to the Primary Point of Contact, SrA Eric Re Guerrero, demonstrating their capability to provide these items. As stipulated in Federal Acquisition Regulation (FAR) 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The North American Industry Classification System (NAICS) Code assigned to this acquisition is 339930 (Doll, Toy< and Game Manufacturing) with a small business size standard of 500 employees. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (8(a) with Graduation Date, SDVOSB, EDWOSB, WOSB, or HUBZone). Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Please note that the rules governing affiliation and ostensible subcontracting apply when determining size under FAR 52.219-14, Limitations on Subcontracting, as does the Non-Manufacturer Rule if a supply NAICS code is chosen.� Respondents should consider how the primary tasks identified in this sources sought will be broken out between prime & subcontractors to avoid ostensible subcontracting and address this in their response, if necessary. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business or any particular small business program. Please be aware that the Government Acquisition Team is still determining its acquisition strategy, and if it is determined that this buy will be set aside for Small Business or 8(a) participants, FAR 52.219-14 � Limitations on Subcontracting will apply. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required items. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. If any subcontracts are to be used, respondents shall provide the anticipated level of effort to be subcontracted and whether small or other than small businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and pervious experience in teaming must be provided. Interested firms may submit resumes of key personnel. Resumes shall not be considered for the overall page count but firms are encouraged to keep resumes to one page. The response must not exceed fifteen (15) pages.� All correspondence sent via email shall contain a subject line that reads: FA8601-21-R-NMUSAFS-SS � NMUSAF Strollers If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted. Responses may be submitted electronically to the following e-mail addresses: eric.re_guerrero.2@us.af.mil and alanna.medina@us.af.mil � RESPONSES ARE DUE NO LATER THAN 8 December 2020 at 2:00 PM Eastern Time. Direct all questions concerning this acquisition to Eric Re Guerrero at eric.re_guerrero.2@us.af.mil including the necessary subject line indicated above. Minimum Requirements: The scope of this project is to purchase 50 (40 single, 10 double) new SmarteCarte Nest (or equal product) stackable strollers for the National Museum of the USAF. The SMARTE CARTE KIDDIE KRUZZER commercial nest stroller is a stackable space saving compact design. The nest stroller features mesh bags to hold packages, large wheels and casters for a smooth ride, and this unit has seat belts for child safety. The nest stroller has a compact design which makes it perfect to be used inside the museum with storage of the units saving space. Technical Requirements Mesh bags to hold packages Large wheels and casters Seat belt Plastic seats Nest stackable Single Stroller DIMENSIONS Overall length: 45 in. Overall width: 22 in. Overall height: 40 in. Double Stroller DIMENSIONS Overall length: 64 in. Overall width: 22 in. Overall height: 40 in.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/593f96a22e524be19d94fec35b994e70/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05860769-F 20201126/201125053823 (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 |
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.