Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOURCES SOUGHT

M -- Sources Sought Notice for Furniture Management Service

Notice Date
6/27/2007
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1A3B4XXX03
 
Response Due
7/9/2007
 
Archive Date
7/24/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Furniture Management Service - Request For Information regarding potential vendors. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in the RFI. This notice is not to be construed as an acquisition Request For Proposal (RFP), nor is any commitment on the part of the Government to award a contract implied, nor does the Government intend to pay for any information submitted as a result of this request. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this RFI. Any responses received will not be used as a proposal. A draft Statement of Work (SOW) is attached to this notice for any interested parties. Please see the below government POC for contact information. Respondents are asked to contact via-email for all requests for information. Close review of the SOW is recommended for any interested parties. The responses to this RFI will provide the basis for updating the SOW and inform subsequent government decisions. The 11th Contracting Sq. is planning on soliciting for Furniture Management Services for Bolling AFB and several installations in the surrounding DC metropolitan area, (See estimated workload, Appendix A of the Statement of Work). The contractor will be expected to manage, inventory, and make minor repairs to both General Officer?s and Dormitory furniture in accordance with the attached statement of work. The contractor shall also maintain and update the Air Force ACES system. The contractor shall be obligated to also maintain a General Officer?s Furniture Show Room, (further detail may be found in paragraph 1.2.6 of the SOW). The contract will be for one base year, with four one year option periods. Respondents to this RFI are encouraged to provide a capabilities documentation outlining their skills and proficiency in the full range of requirements featured in the SOW. This includes: 1. Pazst performance for similar projects, including information regarding dollar value, scope of work performed, contact number(s), and a government point of contact and telephone number. 2. Demonstrated capability to provide key personnel with understanding regarding their individual portion(s) of the requirement, as well as awareness or ability to learn overall procedures/guidelines; 3. Demonstrated capability to assign individuals to ths effort with documented experience performing the duties which they will be required to perform. Companies are encouraged to respond if they have the capability and capacity to provide the above identified services with little or no disruption of services to current users within the National Capital Region. Respondents to this RFI should identify their company name, address, email, telephone number and a name and telephone number of a point of contact having the authority and knowledge to clarify responses with government representatives. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. The potential NAICS code is 561210 with a size limitation standard of $32.5M. In the response, firms must provide their business size status in accordance with the Small Business Administration (www.sba.gov) website for the above referenced NAICS Code they fall within (i.e. small business, 8(a), HUBZones, Small Disabled Veteran Owned Business, etc.). Identification of firms GSA schedule and SINs that are applicable to this potential requirement are requested. Submissions are due within 12 days, NLT 09 July 2007, of this announcement and may be made by emailing the capabilities response to: SrA. Nathan S. Taylor, (202) 767-7963, Nathan.Taylor@Bolling.af.mil or Mrs. Maria Williams, (202) 767-8103, Maria.Williams@Bolling.af.mil ; Air Force District Washington/ 11th Contracting, CE Services Support) 110 Luke Ave, Suite 200, Bolling AFB, D.C. 20032 DISCLAIMER In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Information provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. This notice is part of the Government?s Market Research, a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities.
 
Place of Performance
Address: National Capital Region, Bolling AFB, DC
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01329166-W 20070629/070628031251 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.