Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2025 SAM #8537
SOURCES SOUGHT

71 -- Dining Facility Furniture

Notice Date
4/9/2025 5:59:41 AM
 
Notice Type
Sources Sought
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
W6QM MICC-FT RILEY FORT RILEY KS 66442-0248 USA
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-25-Q-0029
 
Response Due
4/24/2025 1:00:00 PM
 
Archive Date
05/09/2025
 
Point of Contact
Philip Melton
 
E-Mail Address
philip.e.melton.civ@army.mil
(philip.e.melton.civ@army.mil)
 
Description
This is a Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for the procurement and installation of dining facility furniture at Fort Riley, Kansas, as detailed below, and is seeking vendors capable of performing this requirement to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. Introduction: The purpose of this requirements packet is to outline the specifications and requirements for the procurement of dining facility furniture for our establishment. The goal is to provide a comfortable and functional dining environment for our patrons. Scope of Work: The contractor shall provide and install dining facility furniture, including tables and chairs (both regular and bar height), as detailed below. Quantities and specifications are as follows: Four-Person Bar Height Tables (14): Steel legs, light color wood tops, 42"" x 42"", 42"" height. Four-Person Regular Dining Tables (22): Steel legs, durable tabletop (laminate or wood), 42"" x 42"", 30"" height. Six-Person Dining Tables (6): Steel legs, durable tabletop (laminate or wood) 72"" x 42"", 30"" height. Regular Chairs (124): Vinyl seats, steel legs, 30"" height, 18""W x 20""D. Bar Height Chairs (176): Vinyl seats, steel legs, 42"" height, 18""W x 20""D. Cashier Office Bar Height Chairs (2): Ergonomic, vinyl seats, steel legs, 42"" height, 20""W x 22""D, adjustable height, lumbar support, armrests. The contractor will assemble and initially place furniture in Building 5920 for inspection/storage, then transport, and reassemble, if necessary, at Building 7011, Fort Riley, Kansas 66442. The work includes ensuring proper assembly, placement, and leaving the area clean and debris-free. The proposed Firm Fixed Price contract aims to provide dining facility furniture, including delivery, assembly, disassembly, transport, reassembly, and placement, which are essential for maintaining a functional dining environment at Fort Riley. All furniture will meet the specifications outlined in the draft Performance Work Statement (PWS) attached [Note: Attach PWS here], and will adhere to applicable quality standards. This includes furniture constructed of materials beyond traditional wood, such as metal, plastic, and composite materials. This notice 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. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is: 337215, Furniture Stores, with a Small Business Size Standard of $38.5 Million. In response to this Sources Sought, please provide: Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Alternate Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, 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. Specifically, experience with large-scale furniture procurement, delivery, assembly/disassembly, and installation is highly valued, including experience with non-wood furniture materials. Information to help determine if the requirement (item or service) is commercially available, including pricing information (rough order of magnitude is acceptable), basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. Please provide pricing examples for similar non-wood furniture items. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. Recommendations to improve the Army's approach/specifications/draft PWS to acquiring the identified items/services. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Philip E. Melton, in either Microsoft Word or Portable Document Format (PDF), via email: philip.e.melton@army.mil. Responses are due no later than (NLT) 24 April 2025, 3:00 PM CST. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5f52700f180f489da9e0583d3b44f589/view)
 
Place of Performance
Address: KS 66442, USA
Zip Code: 66442
Country: USA
 
Record
SN07403422-F 20250411/250409230101 (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.