Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOURCES SOUGHT

71 -- Furnish and install Haworth Brand Furniture

Notice Date
4/24/2012
 
Notice Type
Sources Sought
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
ACC-RSA-CCAD - (SPS), ATTN: SIOCC-RS-AQ, 308 Crecy Street, Corpus Christi, TX 78419-6170
 
ZIP Code
78419-6170
 
Solicitation Number
W912NW-12-R-0889
 
Response Due
5/15/2012
 
Archive Date
7/14/2012
 
Point of Contact
Dwight E. Brown, 3619613913 x251
 
E-Mail Address
ACC-RSA-CCAD - (SPS)
(dwight.e.brown@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Responses to this Request for Information (RFI) are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is for market research purposes only. Respondents should not submit any proprietary information when responding to this RFI. Respondents should also note that the Government will not return any information submitted in response to this RFI. The Government is not responsible for any costs incurred by respondents regarding any responses to this RFI. Respondents must submit capability statements that clearly define the firm's ability to perform the work stated in this RFI in conjunction with the DRAFT specifications. The DRAFT specifications and sources sought document are subject to change. Draft specifications and/or sources sought document will be amended accordingly to reflect any changes. The requirement is for furnishing and installing Haworth Brand Furniture Model # Haworth Unigroup Too Work Stations16 ea., Haworth Zody Task Chairs 26 ea., and Haworth System Chairs 12 ea. at the Hangar 45, Rm 216 & Long Horn Conference Room Seating. Facility located at the Corpus Christi Army Depot, Corpus Christi, Texas. The Government will not exercise any supervision or control over the contractor personnel performing these tasks. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential large and small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a solicitation. It is also a tool to get feedback on the requirement, detailed in the Draft specification. Feedback is encouraged and appreciated. The NAICS contemplated for this requirement is 337214 with a size standard of 500 employees. It is the Government's intention to solicit the requirement under full and open competitive procedures; however, the current capabilities of industry, to include large and small business, must be confirmed. As such, all eligible large and small businesses are encouraged to respond, as requested. The Government is not obligated to and will not pay for any information received from respondents as a result of this RFI. ANTICIPATED PERIOD OF PERFORMANCE: 1 - 15 June 2012. REQUIREMENTS: Refer to the Attached Draft specification. The Contract Type is anticipated to be a Firm Fixed Price. SUBMITTAL INFORMATION: It is requested that interested businesses submit to the address identified in paragraph (12) below, a brief capabilities statement package (not more than 5 pages in length, single spaced, and 10 point font) demonstrating ability to perform the requirements in the attached Draft specification. A generic capability statement is not acceptable. Please review carefully the requirements listed below. This documentation must address, at a minimum, the following: (1) title of the specification you are applying for; (2) company profile to include number of employees, annual revenue history, office locations(s), DUNS number, CAGE Code, Tax ID, and a statement regarding current small/large business status; (3) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as prime or subcontractor, contract value, government point of contact with current telephone number, and a brief description of how the referenced contract relates to the requirements described herein; (4) resources available such as corporate management and currently employed personnel to be assigned the tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the projected work site specified; (5) management approach to staffing this effort with qualified personnel; (6) company's ability to perform at least 51% of the work; (7) company's ability to perform work during stated period of performance; (8) company's ability to get Rapid Gate access to the Naval Air Station Corpus Christi; (9) company's ability to have a person that can identify all of the specifications on site at the Corpus Christi Army Depot; (10) company's ability to manage and store the material in a manner that will not incur costs to the Government for storage; and (11) company's ability to manage a time delivery and install in the first two weeks of December 2012. (12) The capability statement package shall be sent to Peggy Echols (Contracting Officer) by email at dwight.e.brown@us.army.mil and mail a hard copy to Commander, Corpus Christi Army Depot, ACC-RSA-CCAD (SPS) ATTN: SIOCC-RS-AQ, 308 Crecy Street, Bldg 129, Stop 7, Corpus Christi, Texas 78419-5260. Submissions must be received at the office cited no later than 15 May 2012, 11:00 a.m. central standard time. Please reference all email correspondence with the following subject line: Sources Sought Notice W912NW-12-R-0889. (13) All responses must include the following information: Company name, address, business size; point of contact (POC) name, phone number, and email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3f16ef1f6fb3855db7dea14e3f0b1f34)
 
Place of Performance
Address: ACC-RSA-CCAD - (SPS) ATTN: SIOCC-RS-AQ, 308 Crecy Street Corpus Christi TX
Zip Code: 78419-6170
 
Record
SN02729549-W 20120426/120424235002-3f16ef1f6fb3855db7dea14e3f0b1f34 (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.