Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2025 SAM #8478
SOURCES SOUGHT

71 -- RFI - Technology & Collaboration Center (TACC) FF&E Project, HAFB

Notice Date
2/10/2025 12:22:49 PM
 
Notice Type
Sources Sought
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
FA8219 AFNWC PZBG HILL AFB UT 84056-5837 USA
 
ZIP Code
84056-5837
 
Solicitation Number
FA8219-25-R-TACC
 
Response Due
2/24/2025 2:00:00 PM
 
Archive Date
03/11/2025
 
Point of Contact
BRITANIE BUTLER
 
E-Mail Address
britanie.butler@us.af.mil
(britanie.butler@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. NOTICE: This is not a solicitation, but rather a Request for Information (RFI) to determine potential sources for information and planning purposes only. 1.1 The purpose of this RFI is to conduct market research to determine if responsible sources exist and to assist in determining the best acquisition strategy for this procurement. The proposed North American Industry Classification Systems (NAICS) Code is 238390, Other Building Finishing Contractors. The SBA Size Standard for this NAICS is $19M. The Government requests that interested parties respond to this notice if applicable and provide answers to questions in section 2 of this notice. 2. Program Details: 2.1 The Sentinel program is rapidly approaching the MILCON completion phase of the Technology and Collaboration Center (TACC) on its Hill Air Force Base (HAFB) campus. This facility has office, cubicles, lounge, conferencing, PEO suite, breakrooms, classroom, and restrooms requiring install of furniture, fixtures, and equipment (FF&E) necessary to make them usable. The design work has been completed and the specific items be to be installed are identified and provided in the attached bill of materials (BOM). This action is being conducted to identify potential sources capable of providing a technical solution to meet the following minimum requirements: Will the company be able to perform on the contract if awarded no later than 1 August 2025? Describe the company�s ability to manage the TACC FF&E project in its entirety to include purchasing and install of all items as identified by the Government in the attached BOM to include specific brand and color scheme? Can the company obtain access to HAFB to accomplish the project? Explain the company�s safety program and can the company provide evidence of their OSHA compliance record? (An OSHA compliance record will be required with a proposal) How does company provide product management such as a project punch list plan and quality assurance program information? How will the company provide the Government with project status updates as agreed upon by both parties? Would your company be able to provide evidence of their capability to obtain active structure damage insurance throughout the entire work phase of project? Describe your company�s capability to install all systems furniture connections to existing facility cabling to include various levels of secure cabling in accorance with ICD 705? Can the company provide evidence of their capability to offer a 12-year warranty on all products and work? NOTE: The government reserves the right to add additional requirements at any point during the market research phase of this project. 3. This is a request for information seeking sources capable of meeting the requirements outlined in this Sources Sought. When responding please include: Company Name and UEI number. Point of Contact - email address and phone number. Answers to the questions in Section 2, letters (a.) through (i.) Response can be provided in Contractor Format. Suggested NAICS Code if different from paragraph 1.1. Business Size Classification for NAICS and qualifications if applicable (i.e. 8(a), HUBZone, SDVOSB, etc.) The Government does not intend to award a contract based on these RFI responses or to otherwise pay for the information solicited. The information provided is considered market research and may be utilized by the Air Force in developing its acquisition strategy, Statement of Objectives, and Performance Specifications. Interested offerors should send a response to the RFI and the questions listed above to the Contract Specialist. Responses should be submitted by 1:00 pm MST on 24 Feb 2025. The Contract Specialist�s information is listed below: Place of Performance: Hill Air Force Base, Utah Contract Specialist: Britanie Butler Email: britanie.butler@us.af.mil Attachments: 1. TACC Furniture Package IFC Drawings 2. FF&E Order Data Sheets A1 - C38 3. FF&E Order Sheets D1 - WB1
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/75dcf642d7ac43b3a96d180d09f280e6/view)
 
Place of Performance
Address: Hill Air Force Base, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN07338605-F 20250212/250210230035 (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.