Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2024 SAM #8206
SOURCES SOUGHT

Z -- Bowling Alley Lane Refinishing

Notice Date
5/14/2024 6:50:03 AM
 
Notice Type
Sources Sought
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
FA4809 4TH CONS SQ CC SEYMOUR JOHNSON AFB NC 27531-2456 USA
 
ZIP Code
27531-2456
 
Solicitation Number
F3T3LB4123AW01
 
Response Due
5/17/2024 12:00:00 PM
 
Archive Date
06/01/2024
 
Point of Contact
Kelsie Papst, Phone: 9197223571, MICHAEL DEMERS, Phone: 9197221762
 
E-Mail Address
kelsie.papst@us.af.mil, MICHAEL.DEMERS.4@US.AF.MIL
(kelsie.papst@us.af.mil, MICHAEL.DEMERS.4@US.AF.MIL)
 
Description
SOURCES SOUGHT:? THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!? This notice does not constitute a commitment by the Government.? All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.?� ??� Seymour Johnson Air Force Base anticipates a requirement that is being considered under a small business set-aside program.? The North American Industry Classification Systems (NAICS) Code proposed 238330. The size standard for NAICS is in millions of dollars: $19.0.???� ?� The work covered under this contract consists of furnishing all labor, tools, equipment, and supplies necessary for resurfacing and repair 16 lanes. Screen all lane beds, repair split and board separations, replace any boards on approaches which are damaged, apply oil treatment; apply coat of topcoat finish to the lanes and one coat to the approaches for sixteen 10 pin lanes at Phantom Lanes.� ?� Include in your capabilities package your SAM UEI, and Cage Code and any past experience in performing similar work.?� ?� We are interested in any size business that is capable of meeting this requirement.??� ?� Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement.? The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.??� ?� Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.? The Government will use this information in determining its small business set-aside decision.?� ?� 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 www.sam.gov.?� ?� Responses may be submitted electronically to the following e-mail address: kelsie.papst@us.af.mil�� ?� RESPONSES ARE DUE NO LATER THAN 17 MAY 2024.??� ?� Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.???� ?�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/388fa63bbb804c679355bd4b4f06f337/view)
 
Place of Performance
Address: Goldsboro, NC 27531, USA
Zip Code: 27531
Country: USA
 
Record
SN07064281-F 20240516/240514230050 (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.