SOURCES SOUGHT
S -- USAFA SIJAN HALL Excess Furniture & Equipment Disposal
- Notice Date
- 8/9/2024 3:47:51 PM
- Notice Type
- Sources Sought
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
- ZIP Code
- 80840-2303
- Solicitation Number
- FA700024FURNITUREREMOVAL
- Response Due
- 8/14/2024 9:00:00 AM
- Archive Date
- 08/29/2024
- Point of Contact
- Andrew Richardson, Phone: 7193338087, Kristin Heikkila, Phone: 719-333-3961
- E-Mail Address
-
andrew.richardson.25@us.af.mil, Kristin.Heikkila@us.af.mil
(andrew.richardson.25@us.af.mil, Kristin.Heikkila@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. The Request for Quotation (RFQ) number is FA700024FurnitureRemoval and shall be used to reference any written responses to this source sought. USAFA anticipates a requirement that is being considered under a small business set-aside program.� The North American Industry Classification Systems (NAICS) Code proposed 484210.� The size standard for NAICS is $34.0.�� The requirement is to provide:�� The United States Air Force Academy (USAFA) has a requirement for nonpersonal services to include all tools, materials, labor, management, transportation, and documentation to coordinate with Defense Logistics Agency (DLA) to turn-in excess dormitory type furniture located in Sijan Hall USAFA and clear all dormitory storage areas of excess furniture and trash. Contractor is expected to create a complete inventory, conduct all tasks in preparation for turn-in of excess furniture and equipment, coordinate with local agencies and installations, and palletize and transport furniture and equipment through proper DLA guidelines. The primary goal of this project is to provide a solution that will result in the emptying of crucial space in and around Sijan Hall on USAFA. DRAFT PWS - SIJAN HALL Excess Furniture & Equipment Disposal � Version 1.0 is attached. Include in your capabilities package your UEI, Cage Code, System for Award Management expiration date, and any related specifications/drawings. 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. All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services.� Contractor is required to provide all transportation, packing, documentation, administration, management and labor required for the operation and management of the required services.� Include three past references with current contact information and contract number.� If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.� Recent, relevant experience in all areas should be provided.� Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.� The response must not exceed 5 pages. 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:� kristin.heikkila@us.af.mil and andrew.richardson.25@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 14 Aug 2024 / 10:00am MDT. 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/aaef4db36be049108872abd907c87a10/view)
- Place of Performance
- Address: USAF Academy, CO 80840, USA
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN07164842-F 20240811/240809230122 (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 |