The RFP Database
New business relationships start here

Carpet Installation


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government.


The solicitation number is FA2521-17-Q-B185 shall be used to reference any written responses to this source sought.


Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 314110. The size standard for NAICS is 1500 employees.


GSA SIN/MAS 72/31-604

The requirement is for the contractor to provide all labor, equipment, tools, accessories and materials to properly remove and install 1155 SY of carpet in various areas in the 45th Force Support Squadron, Force Development Flight, Education and Training Center (FSDE) located at 1020 Central Avenue (Building 998), Patrick AFB, FL 32925, in accordance with Statements of Work attached.


CLIN         Requirement                                               Qty             UI           
0001-AA    Remix 1M X 1M Comfort Plus Cushion           755           SY
                & Tracking Backing Color # & Name 
                Freestyle - 427 Stone/Indigo SIN#31-303     
0002-AA    Remix 1M X 1M Comfort Plus Cushion           200           SY 
                & Tracking Backing Color # & Name
                Freestyle - 427 Stone/Indigo SIN#31-303
0003-AA    Remix 1M X 1M Comfort Plus Cushion 
                & Tracking Backing Color # & Name 
                Freestyle - 427 Stone/Indigo SIN#31-303      200           SY


Salient Characteristics:
Milliken Carpet: MAT ID 4000 55305, Collection: Remix, Design Name: Freestyle, Color name: 427 Stone/Indigo.


NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!


45 CONS is interested in any size business that is capable of meeting this requirement.


The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.


Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision."


As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.


Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.).


All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.


Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings.


Please provide the GSA contract number applicable to this requirement.


Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil: by mail to 45 CONS/LGCB, Attn: FA2521-17-Q-B185, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238.


 



RESPONSES ARE DUE NO LATER THAN 31 May 17at 2:00 PM EST.


 


 


 


Sarah McCreary, Contract Specialist, Phone (321) 494-5136, Email sarah.mccreary.1@us.af.mil - Tricia Hatcher, ContractIng Officer, Phone (321) 494-3668, Email tricia.hatcher@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP