Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
SOURCES SOUGHT

71 -- Provide and install various furniture, equipment, and ancillary items for Baumholder, Germany - CID

Notice Date
7/15/2016
 
Notice Type
Sources Sought
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-16-G-M1754
 
Point of Contact
Brandalyn, Phone: 2566511089
 
E-Mail Address
Brandalyn.l.fox@usace.army.mil
(Brandalyn.l.fox@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CID SOURCES SOUGHT ONLY REQUEST FOR INFORMATION (RFI) THIS IS NOT A REQUEST FOR QUOTE This is a SOURCES SOUGHT announcement. 1.Contract Information: The Huntsville Engineering and Support Center, U.S. Army Corps of Engineers (CEHNC) is seeking to identify qualified business sources to provide and install various furniture, equipment, and ancillary items for Project Number (PN) 11SIM001B, Baumholder eBH, Buildings 8261 and 8740, Smith Barracks, located in Baumholder, Germany and other OCONUS project locations. The Government is performing market research in order to determine sources available that possess the capability to execute the kind of work identified in attachment 1: CID, prior to issuing a request for quote. Interested sources should respond to the questions presented within this announcement in order to facilitate the Government's market research efforts. 2. Project Information: This project is to provide and install loose furniture items and related components for the Baumholder eBH, in Baumholder, Germany. The Contractor shall provide all necessary materials, equipment, labor, supervision, and management to (1) develop preliminary and final work plans; (2) manufacture and deliver products; (3) assemble systems; (4) place systems in designated rooms and areas; (5) properly dispose of all associated packaging/crating materials. 3. Submission Requirements: This sources sought announcement is unrestricted to allow small and large businesses to respond. Any firm that believes it can provide a product that meets the government's need is invited to submit a written capability statement demonstrating experience and qualifications, within seven (7) calendar days from the date of publication of this notice. Information can be sent to the Contract Specialist, Brandalyn Fox at Brandalyn.l.fox@usace.army.mil. The submission should address all questions in the sources sought questionnaire below and your ability to perform the work. This notice is for market research purposes only and IS NOT A REQUEST FOR QUOTE (RFQ) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. No telephone or facsimile requests will be accepted. Questions concerning submissions should be directed to Mrs. Brandalyn Fox Contract Specialist at Brandalyn.L.Fox@usace.army.mil. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. CAPABILITIES QUESTIONNAIRE Note: Please respond to all questions as completely as possible. SECTION 1: GENERAL 1. Business Name: (Insert Business Name) 2. Business Address: (Insert Business Address) 3. Cage Code: 4. NAICS Code(s) (list all NAICS codes your firm is registered under) : 5. Responsible Point of Contact: 6. Check All That Apply: Our firm is a 8(a) small business, service-disabled veteran-owned small business, HUBZone small business, Small Disadvantaged Business, Woman Owned, Minority, Native American, Small Business SECTION 2: CONTRACTOR ARRANGEMENT 1. Our firm will be proposing on this project as a: Sole Contractor Prime Contractor (if small business) performing at least 50% of the work with subcontractor(s), Prime contractor (if small business) performing at least 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted), or Contractor Teaming Arrangements (CTAs) with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a)Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).) SECTION 3: CAPABILITY 1. Provide specific details on your current and projected capacity to perform an estimate of delivery orders ranging in value from $1,000 to $500,000 at the same time. Provide information on the magnitude of simultaneous task orders that you can handle. 2. Does your firm have the capability to manage order responses in a cost effective, timely, and contract conforming manner? Please provide specific examples based on previous projects. 3. Does your firm have experience in providing and maintaining an effective quality control program? Provide examples. 4. Does your firm have the ability to deliver product anywhere OCONUS? Are there any limitations on where you can work?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-16-G-M1754/listing.html)
 
Place of Performance
Address: Baumholder eBH, Bldg 8261/8740, Smith Barracks, Baumholder, Germany, Germany
 
Record
SN04184400-W 20160717/160715234420-c0adf702714c2389918e70c22379570e (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.