Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2023 SAM #7783
SOURCES SOUGHT

71 -- Office Cubicles

Notice Date
3/18/2023 5:38:52 PM
 
Notice Type
Sources Sought
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD-23-P-0102
 
Response Due
3/17/2023 1:30:00 PM
 
Point of Contact
Patricialee A Pomarico, Phone: 8459388176
 
E-Mail Address
patricialee.a.pomarico.civ@army.mil
(patricialee.a.pomarico.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Source Sought Notice Only- The Mission Installation Contracting Command (MICC)- West Point Desires to Procure Cubicles for Office Configuration: on a small business set-aside basis provided 2 or more qualified small business respond to this source sought 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 Government wide Point of Entry. It is the responsibility of potential offers to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 337214-Offic Furniture (except Wood) Manufacturing Service. Size Standard: 1000. A need is anticipated for the procurement of Office Cubiclesat the United States Military Academy, West Point, NY 10996, Required Specifications: �The office configurations will closely match attached floorplans and: Fit within the existing room with dimensions of 26�9� x 20�0�. Provide two 2-person offices and a common area iaw the attached plan. Each office space (x4) has L-shaped work space, half-height book shelf, wardrobe, office chair, file cabinet, and desk storage. Shared wall must provide electrical and data connectivity.� Facility power will connect at the junction of the shared wall panels. Exterior walls of office/work spaces are to be half-height or lower panels to allow access and use of existing wall-mounted wiremold power rails mounted at 48� above the floor. Office space doors must be lockable, common-keyed and spare keys provided Common space must have table and seating for at least two people. Furniture, wall panel and hardware finishes to be selected by customer b.� Installation: Vendor is responsible for delivery by lift gate vehicle (no loading dock available) to ground floor of Bldg 601, West Point, NY, room 106. Must provide complete assembly, installation and function check of all components. Vendor is NOT responsible for final electrical connections. All trash, debris, boxes, and shipping and installation materials will be removed and disposed of by vendor.� Dumpsters are not available at site. Floors are VCT and must be swept and/or mopped clean of all dust and debris created during installation. ��In response to this source sought, please provide: 1. 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. 2. 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. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements 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. 4. Information to help determine if the requirement for offices from one building into another building, is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Provide the specific aspects that unreasonably restrict co 7. Recommendations to improve the approach/specifications/draw/PWS/PRS to acquiring the identified items/services. 8. Please include the number W911SD23R0102 in your email response to patricialee.a.pomarioc.civ@army.mil no later than 06 March 2023 @ 2:30 pm, to preclude your reply being treated as JUNK or SPAM. Competition and the rationale for such conclusion.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d72788afa9a5499a917383f009df1dc3/view)
 
Record
SN06623007-F 20230320/230318230059 (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  © 1994-2020, Loren Data Corp.