Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2019 FBO #6441
SOURCES SOUGHT

54 -- INTERIOR DESIGN SERVICES

Notice Date
7/11/2019
 
Notice Type
Synopsis
 
NAICS
541410 — Interior Design Services
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
96860
 
Solicitation Number
N0060419QX001
 
Response Due
7/22/2019
 
Archive Date
8/6/2019
 
Point of Contact
jimmie.toloumu@navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Naval Supply Systems Command, Fleet Logistics Center, Pearl Harbor (NAVSUP FLC PH), Regional Contracting Department is issuing this Request For Information (RFI) to determine the following: 1. The availability of responsible socio-economic small business concerns [i.e. 8(a), Historically Underutilized Business Zones (HUBZones), Service Disabled Veteran Owned Small Business (SDVOSB), etc.] that are capable of meeting the requirement at fair market prices to support a particular socioeconomic small business set-aside. 2. The availability of responsible small business concerns that are capable of meeting the requirement at fair market prices to support a total small business set-aside. 3. The availability of other than small business concerns capable of meeting the requirement to support full and open competition. The applicable NAICS code is 541410 (Interior Design Services) with a small business size standard of $7.5 million. BACKGROUND/OBJECTIVE: The United States Indo Pacific Command (USINDOPACOM) headquarters building, the Nimitz-MacArthur Pacific Command Center (NMPCC) facility houses over 1400 military and civilian personnel. Over $7.1M of public funds has been invested in the procurement of system furniture throughout the building. To maintain its image as a world-class professional work environment, all furniture throughout the complex is standardized system furniture and uniformed executive furniture. This concept of standardization and uniformity provides an economical means to accommodate growth and mission change by allowing interchangeable product pieces. Such interchangeability minimizes expenses by utilizing existing Government inventory prior to purchasing new pieces for any reconfiguration project. NAVSUP FLC PH, Regional Contracting Department, is contemplating the issuance of a Firm Fixed Priced (FFP) contract in support of NMPCC to acquire non-personal support services for furniture project management, consisting of developing design drawings, inventory management and warehousing, reconfiguration of spaces and minor furniture repair. These services are required to maintain the professional executive aesthetics of NMPCC ™s work spaces. For full details on the requirement, please refer to the following document: NAME OF DOCUMENT PERFORMANCE WORK STATEMENT (PWS) *The PWS is a draft and subject to revisions INSTRUCTIONS TO INTEREST PARTIES: Interested businesses should submit a brief capabilities statement package (no more than 10 pages in length, single spaced, and 12 point font minimum) demonstrating the ability to perform the services identified in the attached PWS. This document must address, at a minimum, the following: 1) prior/current corporate experience performing efforts of similar size and scope within the last 3 years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the services described in the draft PWS; 2) company profile to include number of employees, annual revenue history, office location, DUNS number, and a statement regarding current size status; 3) if a small business, the company ™s ability to perform 50% of the work, 4) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include personnel qualifications, specific experience of such personnel and the ability to have personnel located at the city specified; 5) statement regarding capability to obtain the required industrial security clearances for personnel; 6) company ™s ability to begin performance upon the anticipated contract award date of 01 October 2019. The capability statement package shall be sent by email to jimmie.toloumu@navy.mil. Submissions must be received electronically no later than 3:00 p.m. Hawaii Standard Time on 22 July 2019. Questions or comments regarding this notice must be submitted by 11:00 a.m. Hawaii Standard Time on 17 July 2019. All responses must include the following information: Company name, Company address, Company business size, and point of contact name, phone number, fax number and email address. Please note that this is not a contract, Request for Proposal (RFP), a promise to contract, or a commitment of any kind on the part of the Government. Information obtained from this notice is for market research purposes only. The Government shall not assume any cost incurred by interested sources to respond to this notice. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060419QX001/listing.html)
 
Record
SN05366647-F 20190713/190711230020 (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.