Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2026 SAM #8809
SOURCES SOUGHT

99 -- SAFB Building 1600 FF&E D/B/B

Notice Date
1/6/2026 6:07:15 AM
 
Notice Type
Sources Sought
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QRSAFB1600
 
Response Due
1/20/2026 11:00:00 AM
 
Archive Date
02/04/2026
 
Point of Contact
Stephanie Drees, Phone: 5023153270, Jessica Moss
 
E-Mail Address
stephanie.n.drees@usace.army.mil, jessica.k.moss@usace.army.mil
(stephanie.n.drees@usace.army.mil, jessica.k.moss@usace.army.mil)
 
Description
Design-Bid-Build Furniture Package for the AMC HQ (Building 1600) at SAFB, IL. A market survey is being conducted to determine if there are a reasonable number of interested business concerns to determine any future set-asides for this project. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business, Service-Disabled Veteran Owned Small Business, or Large Business and you are interested in this project please respond appropriately. The intent of this future solicitation will be to select one contractor for the design-bid-build Furniture Package for the AMC HQ (Building 1600) at SAFB, IL. Project Location: Scott Air Force Base (SAFB), IL This project will provide furniture, demountable partitions, and seismic bracing to supplement the design-bid-build modernization and renovation project for the AMC HQ (Building 1600) Administrative Offices located at SAFB. Building 1600 is a three-story facility that will contain administrative/office spaces; conference rooms; break rooms; storage; restrooms; and supporting communication, electrical and mechanical rooms. Supporting facilities include incidental sitework and utilities. The primary facilities will be approximately 29,172 square meters, and contain windows, doors, ceilings, flooring, interior finishes, electrical, lighting, communications, audio video equipment, UPS, HVAC, plumbing, fire protection/life safety, secure space, cyber security measures, antiterrorism measures, and building information systems. Work includes power poles and wiring of the systems furniture. Contract duration is estimated at 300 calendar days. The NAICS code is 337214. All interested Businesses, including Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses, Service-Disabled Veteran Owned Small Business, and Large Business contractors should respond to this survey via the Microsoft Forms link NLT 20 January 2026 by 2:00 PM Eastern Time. Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s Unique Identifier Number and CAGE Code(s). 4. Descriptions of Experience � Interested firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Example projects must be of similar size and scope. a. Projects considered similar in scope to this project would include furniture acquisition and placement for business type facilities such as administrative facilities and offices. The furniture procurement and placement must include outfitting of facility furniture to include cubicles, conference rooms, and demountable partitions for administrative/office facilities which comply with required seismic bracing criteria. b. Projects considered similar in size to this project would include: The outfitting of furniture for facilities of at least 100,000 sq ft in a single facility. c. Based on the information above, for each project submitted, include: 1. Current completion percentage of the project. 2. Scope of the project. 3. Size of the project. 5. The dollar value of the contract. 6. Identify the number of subcontractors utilized for each project. 7. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; and that they will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. Submission Requirement: The only authorized transmission method of responses is via filling out the survey form. No other transmission method will be accepted. Please limit your capability statement to the space provided within the form. The Market Survey Form can be accessed at https://forms.osi.apps.mil/r/G6tNH5cCZ6 or via the QR Code provided on the attached document. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b3666e981afa48089104df04f0ee3a3d/view)
 
Place of Performance
Address: Scott Air Force Base, IL, USA
Country: USA
 
Record
SN07679070-F 20260108/260106230037 (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.