Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2025 SAM #8510
SOURCES SOUGHT

71 -- Mobile Stage

Notice Date
3/13/2025 10:32:25 AM
 
Notice Type
Sources Sought
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA860125Q0051
 
Response Due
3/28/2025 9:00:00 AM
 
Archive Date
04/12/2025
 
Point of Contact
Eileen Potter, Amanda Hoyng
 
E-Mail Address
eileen.potter@us.af.mil, amanda.hoyng@us.af.mil
(eileen.potter@us.af.mil, amanda.hoyng@us.af.mil)
 
Description
SYNOPSIS The United States Air Force, AFLCMC/PZIBB, Wright-Patterson AFB is conducting Market Research, in accordance with FAR Part 10, to identify possible sources to provide the National Museum of the United States Air Force with twelve (12) 4�x8�x24� stage sections and two (2) move and store carts to accommodate local and national level events. PLEASE BE ADVISED This Sources Sought is solely for information and planning with the intended purpose to identify potential sources demonstrating their capability to meet the Government need as identified in Attachment 2. It does not constitute a Request for Proposal (RFP) or any promise to issue an RFP in the future. Furthermore, unsolicited proposals will not be accepted. As stipulated in Federal Acquisition Regulation (FAR) 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. This Sources Sought notice is not to be construed as a commitment by the Government The Government will not pay for any information/administrative costs incurred by responding to this Sources Sought. All costs associated with responding to this Sources Sought will be solely at the responding party�s expense. All submissions will become Government property and will not be returned. It is the responsibility of the interested parties to monitor SAM.gov for additional information pertaining to this Sources Sought. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. However, a small business set-aside decision has not yet been made. Any information submitted by respondents to this Sources Sought is voluntary. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a Department of Defense (DoD) contract. Respondents will not be individually notified of the results of any Government assessments. The Government�s assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business or any small business program. DESCRIPTION This acquisition is for twelve (12) 4�x8�x24� stage sections and two (2) move and store carts. The North American Industry Classification System (NAICS) code assigned to this acquisition is 337127 Institutional Furniture Manufacturing, with a small business size standard of 500 employees. For more detailed requirements, see the attached Statement of Work (SOW). ADDITIONAL INFORMATION Firms responding should indicate socio-economic status (8(a) with Graduation Date, SDVOSB, EDWOSB, WOSB, small business, and/or HUBZone). Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. A small business set-aside decision has not yet been made. Respondents should note the potential application of Limitations on Subcontracting (FAR 52.219-14) and the Non-Manufacturer Rule (FAR 52.219-33) to a future acquisition that may result from this Sources Sought. Respondents should consider how the primary tasks identified in this notice will be broken out between prime contractor and subcontractors and address subcontracting in their response, if applicable/necessary. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package for twelve (12) 4�x8�x24� stage sections and two (2) move and store carts that explicitly demonstrates their capability to provide the required commodity. The capabilities package should be brief and concise yet clearly demonstrate an ability to meet the stated requirements. However, the response must not exceed five (5) pages. Capabilities packages submitted in response to this sources sought synopsis must be received NOT LATER THAN 28 MARCH 2025 AT 12:00 PM, NOON, EASTERN TIME. Only inquiries/information received by this date will be considered. All correspondence sent via email shall contain a subject line that reads: Sources Sought � MOBILE STAGE. If this subject line is not included, the email may not get through email filters at WPAFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted. Responses shall be submitted via email to the following addresses: eileen.potter@us.af.mil and amanda.hoyng@us.af.mil Please direct all questions concerning this acquisition to Ms. Eileen Potter at eileen.potter@us.af.mil and Amanda Hoyng at amanda.hoyng@us.af.mil and include the necessary subject line indicated above. ATTACHMENTS: 1. Instructions 2. Statement of Work (Technical Requirements)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/53005223f4ef4e61aa5d540fa99a3b52/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07372337-F 20250315/250314000115 (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.