Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2025 SAM #8607
SOURCES SOUGHT

72 -- Delivery, installation, and removal of 102 sets of furniture at Building 1423 Aviano AB

Notice Date
6/18/2025 1:14:05 AM
 
Notice Type
Sources Sought
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
FA5682 31 CONS DA LGC APO AE 09604-6102 USA
 
ZIP Code
09604-6102
 
Solicitation Number
FA5682DormsFurniture
 
Response Due
6/30/2025 7:00:00 AM
 
Archive Date
07/15/2025
 
Point of Contact
MELISSA MAURHART, Contracting Officer, Phone: 390434304318, Michael Keith, Phone: 390434308553
 
E-Mail Address
melissa.maurhart.it@us.af.mil, michael.keith.18@us.af.mil
(melissa.maurhart.it@us.af.mil, michael.keith.18@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SOURCES SOUGHT: Furnish and install 102 sets of solid hardwood bedroom furniture, including removal and disposal of existing furniture and packaging. Each set shall consist of the following: an under-bed storage unit, a 3-drawer chest, a 2-shelf bookcase, a 3-drawer nightstand, a desk with a full-width drawer, a 2-position chair with an upholstered seat and back, and a slat bed on metal legs. All furniture must be constructed of specified hardwoods in a cherry finish, adhering to strict quality and fabrication standards outlined below. Manpower for removal of old items and installation of the new furniture is included. This Sources Sought is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the US Air Force. The US Air Force will use this market research information to assess the market's capability to successfully meet the Air Force's requirements for the acquisition of bedroom furniture. See below summarized technical specifications. Quantity: 102 sets of furniture (each item x 102). Material: Solid hardwoods (Oak, Beech, Ash, or Maple) are mandatory. Softwoods (Pine, rainforest species) and engineered woods (fiberboard, particleboard, MDF, hardboard) are prohibited. Construction: Robust joinery exceeding substrate strength, resistant to racking and loading. Solid hardwood or hardwood veneer exterior and exposed interior surfaces. Solid hardwood framing. Lamination using planks between 19mm (3/4"") and 100mm (4"") wide. 2mm ABS plastic edging on exposed edges and borders. Defect-free materials ensuring performance and maintainability. Finish: Cherry. Chair Upholstery: Standard GSA Series 1 fabric. Removal & Installation: Contractor shall remove existing furniture and packaging from the premises and dispose of it properly off-base. Contractor shall then install the new furniture in designated rooms. Commercial Item Determination: These items and installation services are considered commercial items as defined by FAR Subpart 2.1, being customarily used and available in the commercial marketplace. Specific Item Dimensions (WxLxH/DxWxH): Under-bed Storage: 75"" x 24"" x 20"" (with low-profile tires) 3-Drawer Chest: 32"" x 19"" x 30"" 2-Shelf Bookcase: 34"" x 12"" x 28"" 3-Drawer Nightstand: 22"" x 17"" x 30"" Desk: 36"" x 24 1/8"" x 30"" (with full-width drawer) Chair: 18"" x 22 1/2"" x 32"" (2-position, upholstered seat and back) Slat Bed: 38"" x 80"" x 21 1/2"" (on metal legs) For additional details on the item specifications, please see the attached file �Technical Specifications.pdf�. The Air Force welcomes responses from all interested parties. Sources Sought Response Requirements Responses to this notice shall be limited to ten pages (excluding marketing literature and/or technical data sheets ) and must include: A capability statement in response to the technical requirements described above Description of the company�s past performance and experience with the accomplishment of projects similar in scope and magnitude. And information (Government or commercial entity, contract/purchase amount, etc.) relating to each of the past performance descriptions. Responses to the following questions: Are any of the US Air Force�s specific requirements too restrictive? In other words, are any of the requirements too specific that it would eliminate a commercial product or products that could potentially more than satisfactorily satisfy the US Air Force�s goals? Any suggestions regarding the US Air Force�s requirements and/or salient characteristics? Any other comments regarding this potential acquisition? Organization name, and telephone number and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. Commercial pricing list(s) or other pricing information, if applicable and available. Customary practices, including warranties, discounts, and contract type(s) under which commercial sales of the products or services are made, if applicable and available. SAM UEI Code, CAGE code, and company structure. Note: Written confirmation of registration in SAM (www.sam.gov). Offerors are required to be registered to be considered as a source. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the US Air Force's review of the information received. Additionally, the US Air Force does not intend to hold discussions concerning this Sources Sought with any interested parties. 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 will 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 announcement. However, the US Air Force reserves the right to contact one or more of the respondents if additional information is required or to request demonstrations. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation if issued. This announcement is Government market research and may result in revisions in both its requirements and its acquisition strategy based on industry responses. All interested sources may submit a response via email to Michael Keith, Contract Specialist at michael.keith.18@us.af.mil or Melissa Maurhart at melissa.maurhart.it@us.af.mil and are due no later than 30 June 2025 at 04:00 PM, Central European Time. No telephone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0cf032a3ebe6450e8d8b9daff859536e/view)
 
Place of Performance
Address: Aviano, IT-PN 33081, ITA
Zip Code: 33081
Country: ITA
 
Record
SN07483385-F 20250620/250618230340 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.