Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2007 FBO #2138
SOURCES SOUGHT

S -- Remove and Install Floorcoverings Basewide - Request for Information

Notice Date
10/2/2007
 
Notice Type
Sources Sought
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1A3B40000A001
 
Response Due
10/19/2007
 
Archive Date
11/3/2007
 
Point of Contact
Wesley Beemer, Contract Specialist, Phone 202-767-8030, Fax 202-767-7896
 
E-Mail Address
wesley.beemer@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Remove & Install Floorcoverings Basewide- Request For Information regarding potential vendors. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. In accordance with FAR 15.201(e), 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 request is not to be construed as a commitment on the part of the Government to award a contract, 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. The 11th Contracting Squadron is planning to solicit for Removal and Installation of Floorcoverings for Bolling Air Force Base. The contractor shall provide all labor, equipment, tools, materials, transportation, supervision, and services necessary to remove existing floor coverings such as: carpet (broadloom or tile), vinyl composition tile (VCT), ceramic/quarry tile, sheet vinyl, parquet, laminates, rubber tile, transition strips, binder bars, stair treads/nosing, thresholds, cove base, etc. All floor coverings shall be installed accordingly to manufacturer specifications and industrial standards. A draft Statement of Work (SOW) may be provided for any interested parties to aid in understanding this requirement. Close review of the draft SOW is recommended. The responses to this RFI will provide the basis for updating the SOW and help provide further information for subsequent government decisions. Respondents to this RFI are encouraged to submit documentation demonstrating that they have skills and proficiency in the full range of requirements featured in the SOW. This includes: 1. Certification: CFI Certified Floor Covering Installers, or manufacturer approved installers. 2. Past performance for similar projects, with information regarding dollar value, scope of work performed, contract numbers, and a point of contact and telephone number. 3. Demonstrated capability to assign individuals to this effort with documented experience performing the duties required by the SOW. 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 on Bolling AFB. Respondents to this RFI should identify their company name, address, email, telephone number, web-site (if available) 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 238330 with a size limitation standard of $13M. In the response, firms must provide their business size status in accordance with the Small Business Administration (www.sba.gov) for the above referenced NAICS Code that is applicable (i.e. small business, 8(a), HUBZone, Small Disabled Veteran Owned Business, etc.). Identification of the firm?s GSA schedule and SINs that are applicable to this potential requirement are also requested. Submissions are due by 4:00 p.m. on 19 October, 2007. The capabilities response may be e-mailed to: Mr. Wesley Beemer, wesley.beemer@bolling.af.mil, (202) 767-8030, 11th Contracting Squadron, CE Services Support 110 Luke Ave, Suite 240, Bolling AFB, D.C. 20032-0305 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 alternatives available for determining how to proceed in the acquisition process. This notice is part of Government 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. Point of Contact Wesley Beemer, Contract Specialist, Phone 202-767-8030, Fax 202-767-7896, Email: wesley.beemer@bolling.af.mil
 
Place of Performance
Address: Bolling AFB, D.C.
Zip Code: 20032-0305
Country: UNITED STATES
 
Record
SN01426883-W 20071004/071002223939 (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.