Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2022 SAM #7379
SOURCES SOUGHT

71 -- USSTRATCOM Bldg 1000 Furniture Support

Notice Date
2/11/2022 9:27:14 AM
 
Notice Type
Sources Sought
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
FA4600 55 CONS PKP OFFUTT AFB NE 68113 USA
 
ZIP Code
68113
 
Solicitation Number
FA4600
 
Response Due
3/14/2022 2:00:00 PM
 
Archive Date
03/16/2022
 
Point of Contact
Paula R Owen, Phone: 4022328661, Alexandria Sturch, Phone: 4022320362
 
E-Mail Address
Paula.Owen.1@us.af.mil, alexandria.sturch.1@us.af.mil
(Paula.Owen.1@us.af.mil, alexandria.sturch.1@us.af.mil)
 
Description
The purpose of this contract is to support the United States Strategic Command (USSTRATCOM) mission by delivering efficient and reliable operations and maintenance (O&M) services for approximately 40,000 existing furniture items and delivering design services, installation/ configuration/re-configuration services, furniture upgrades/modernization services, life-cycle replacement services, and logistics/inventory management services associated with all USSTRATCOM furniture requirements � both current and future. �USSTRATCOM has recently completed the initial furnishings fit-out of their new Command and Control Facility (C2F) which is a combination mission operations center, staff headquarters, and conferencing center. The Government requires services on a project-by-project basis to design/redesign, reconfigure, supplement and/or replace current furnishings, purchase required furnishings when necessary, coordinate logistics (delivery of purchased items, moving items to/from warehouse, moving items between/within buildings, etc.), install modular furniture items (walls, desks, credenzas, etc.) and ensuring workstation power is functioning after installation.� �These actions are required to maintain the professional quality, flexibility, and adaptability of the C2F Facility.� The Contractor is expected to perform all assigned tasks, including quality control. The 55th Contracting Squadron, Offutt AFB, NE is conducting market research to determine interest and availability for a firm fixed price contract for the services set forth within the attached draft Performance Work Statement (PWS).� At a minimum, the capabilities packages shall include information regarding the offeror�s qualifications, experience, and ability to meet this requirement.� The following items are to be addressed within the capabilities package: Is your company capable of providing a different brand of furniture compatible to Allsteel Brand Terrance modular furniture systems and components and DIRTT demountable furniture walls and partitions?� If yes, please provide the name of the brand. Additionally, please provide clear and concise details as to how and why the alternate brand integrates seamlessly into or with Allsteel Brand Terrance modular furniture systems and components and DIRTT demountable furniture walls and partitions brand furniture systems � which includes interchangeable parts and subcomponents. Experience working within highly secure U.S. Government facilities with reliable employees/installers who readily pass criminal records background checks via the National Crime Information Center (NCIC).� A favorable NCIC check is required for unescorted access to Offutt AFB and all USSTRATCOM facilities. Knowledge and experience delivering modular furniture systems � including comprehensive design services; installations services; and services to reconfigure existing modular furniture � preferably Allsteel Terrace� brand modular furniture. Knowledge and experience working with and designing demountable wall systems (also known as �furniture walls�) � preferably Do It Right This Time (DIRTT) brand demountable wall systems. Knowledge and experience interpreting computer aided drafting (CAD) drawings and experience working with/delivering AutoCAD and/or Revit software files. General knowledge and experience working with modular furniture power � specifically power in-feeds and power distribution � including under-floor pluggable power distribution modules and/or direct wiring from house electrical panels. Knowledge and experience delivering contemporary executive furniture � including both design and installation services.� Experience working with raised access floor systems � including cutting new penetrations (e.g. 2-1/2� holes) and reconfiguring releasable carpet tiles.� Capabilities package should include information on previous experience/ performance on similar contracts and should be no more than 7 pages in length.� The Government requests your assistance in determining if this acquisition should be a total set-aside as authorized in Federal Acquisition Regulation (FAR) Part 19, Small Business Programs, or set aside under another provision of FAR Part 19.� In order for the Air Force to make this determination, we are requesting information to gain knowledge about the capability of potential offerors to meet contract requirements.� This information will allow us to determine whether small business concerns can satisfy the Government's requirement to obtain quality services at a reasonable price.� Your response will assist greatly in the formulation of an acquisition strategy that maximizes the participation of small business. Small business respondents to this announcement should indicate whether the respondent is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, or a women-owned small business. This notice is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not in any way a commitment by the Government.� All interested parties, who believe they can meet the requirements identified in the draft PWS, are invited to submit, in writing, any questions or recommendations on the PWS. The scope of this contract will be to provide services on a project-by-project basis: to scope, design, purchase (if necessary), coordinate logistics (delivery of new material, moving material to/from warehouse, moving between/within buildings, inventory management, etc.), providing power to workstations, and install furniture meeting the goals of each project, factoring in the site-specific constraints including security.� The Contractor is expected to perform all assigned tasks, including quality control; the Government will provide quality assurance. The applicable NAICS Code is 337214 with an SBA Size Standard of 1,000 employees.� Please note:� All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.� The website for registration is https://sam.gov. Responses shall be submitted electronically to the following e-mail address: Responses and questions for this notice should be submitted electronically via email addressed to Ms. Paula Owen; Paula.Owen.1@us.af.mil and Ms. Alexandria Sturch; Alexandria.Sturch.1@us.af.mil.� Telephone responses will not be accepted. NOTE:� The information received because of this notice is solely for the purposes of market research.� The Government does not intend to pay for any information provided under this sources sought synopsis.� This is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal, or an announcement of a solicitation.� The results of this survey will be in effect for a period of one year from the date of this notice.� Submissions must be received no later than 4:00 p.m. Central Time on 14 March 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/26509773795943caa46c668899365bfa/view)
 
Place of Performance
Address: Offutt AFB, NE 68113, USA
Zip Code: 68113
Country: USA
 
Record
SN06240963-F 20220213/220211230109 (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.