SOURCES SOUGHT
C -- Multi-Purpose Room Digital Exhibit Labels and Artifacts Mounts
- Notice Date
- 5/20/2022 9:01:22 AM
- Notice Type
- Sources Sought
- NAICS
- 541410
— Interior Design Services
- Contracting Office
- W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
- ZIP Code
- 22060-5116
- Solicitation Number
- PANMCC-22-P-0000-015259
- Response Due
- 6/13/2022 9:00:00 AM
- Point of Contact
- Edward Faison, Phone: 8045121837, oswald pascal
- E-Mail Address
-
edward.k.faison.civ@army.mil, oswald.pascal.civ@army.mil
(edward.k.faison.civ@army.mil, oswald.pascal.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure Interior Design Services to include design, fabrication, and installation of graphic, digital, and/or physical interpretive displays and exhibits to include digital exhibits, outdoor physical signs, labels, mounts and other exhibit supporting items and materials at Arlington National Cemetery (ANC) to include the Multi Purpose Room in the Welcome Center. Services include the design, fabrication and installation of exhibit components, exhibits, signs, museum labels, artifact mounts, interpretive displays, and digital exhibits. ��On a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.� We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.� If a solicitation is released, it will be synopsized on the System Award Management (SAM) https://www.sam.gov or sam.gov. It is the responsibility of potential offerors to monitor the System Award Management (SAM) https://www.sam.gov or sam.gov for additional information pertaining to this requirement.� The anticipated NAICS code(s) is/are:� 541410, Interior Design Services, with a size standard of $8M. Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, Edward Faison, at edward.k.faison.civ@army.mil with a with a courtesy copy (cc) to Oswald Pascal, Team Lead, at oswald.pascal.civ@army.mil, no later than 13 June 2022 at 12:00 p.m. Eastern Standard Time. In response to this sources sought, please provide: Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar� requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. The capability packages for this sources sought are not a proposals, but rather statements regarding the company�s existing experience in relation to the areas specified above. No solicitation mailing list will be compiled.� No phone calls will be accepted.� Capability packages shall not exceed five (5) pages. Please review the attach Performance Work Statement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7fee7acfef7f437a8f48b2ff9ab29789/view)
- Place of Performance
- Address: Fort Myer, VA 22211, USA
- Zip Code: 22211
- Country: USA
- Zip Code: 22211
- Record
- SN06334295-F 20220522/220521211348 (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 |