Portable Stage

expired opportunity(Expired)
From: Federal Government(Federal)
FA8601-20-Q-AFBF-SS

Basic Details

started - 02 Jun, 2020 (about 3 years ago)

Start Date

02 Jun, 2020 (about 3 years ago)
due - 08 Jun, 2020 (about 3 years ago)

Due Date

08 Jun, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
FA8601-20-Q-AFBF-SS

Identifier

FA8601-20-Q-AFBF-SS
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710964)DEPT OF THE AIR FORCE (60632)AFMC (17423)AIR FORCE LIFE CYCLE MANAGEMENT CENTER (4876)FA8601 AFLCMC PZIO (1059)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT(Not a Notice of Solicitation)FA8601-20-Q-AFBF-SSThe United States Air Force, Air Force Materiel Command, Air Force Life Cycle Management Center, Installation Contracting Division, Base Support Contracting Branch, Wright-Patterson Air Force Base, Ohio is seeking capabilities packages of all potential sources, including small business (SB), 8(a) participants, HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB), that are capable of providing a Portable Stage for the Air Force Band of Flight. Firms that respond shall 1) specify that their product meets the specifications provided below and 2) provide detailed information to show clear technical compliance.THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS.Draft Minimum Requirements are listed below.All interested firms shall submit a response to the
Primary and Secondary Points of Contact below:Primary:  SrA Eric Re Guerrero, eric.re_guerrero.2@us.af.mil Secondary: Ms. Kelli M Locker, kelli.locker@us.af.milCompanies shall demonstrate their capability to provide these items. As stipulated in Federal Acquisition Regulation (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 (Request for Proposal) 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.The North American Industry Classification System (NAICS) Code assigned to this acquisition is 337215 (Showcase, Partition, Shelving, and Locker Manufacturing) with a small business size standard of 500 employees. Firms responding should indicate their size in relation to this small business size standard, and indicate socio-economic status (8(a) with Graduation Date, SDVOSB, EDWOSB, WOSB, or HUBZone). Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Please note that the rules governing affiliation and ostensible subcontracting apply when determining size under FAR 52.219-14, Limitations on Subcontracting, as does the Non-Manufacturer Rule if a supply NAICS code is chosen. Respondents should consider how the primary tasks identified in this sources sought will be broken out between prime & subcontractors to avoid ostensible subcontracting and address this in their response, if necessary.Any information submitted by respondents to this sources sought 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 assessment 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 business or any particular small business program.Please be aware that the Government Acquisition Team is still determining its acquisition strategy, and if it is determined that this buy will be set aside for Small Business or 8(a) participants, FAR 52.219-14 – Limitations on Subcontracting will apply.CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required commodities. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The response must not exceed five (5) pages.All correspondence sent via email shall contain a subject line that reads:Sources Sought – Portable Stage If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted.Responses may be submitted electronically to both the primary and secondary points of contact noted above.RESPONSES ARE DUE NO LATER THAN 8 JUNE 2020 at 3:00 PM Eastern Time.Direct all questions concerning this acquisition to both the primary and secondary points of contact noted above with the required subject line.DRAFT Minimum Requirements: The AFBF requires a portable staging system and components as detailed belowThis stage shall:• Be capable of a 24’ x 48’ set up as well as multiple setups and configurations;• Have a load rating of 200lbs per sq ft.;• Be fully operable by two (2) people and require no tools for setup;Have telescopic legs that can be stored to the underside of the stage decks and provide stage heights required for 24"-54", and leg clamps to secure the decks together, as well as four (4) adjustable stairways with handrails suitable for varied stage heights from 24"-54".The stage shall also have ten (10x) 8-foot safety guardrails, two (2x) 4-foot safety guardrails that require no tools to attach to the deck, and enough carts to store and transport all decking and railing. Additionally, the stage shall include 88 linear feet of removable dark blue accordion style pleated drapery for a 24"-32" stage front, as well as 88 linear feet of removable dark blue accordion style pleated drapery for a 40"-48" stage front.Delivery FOB Destination shall be made within sixty (60) days after date of contract award.(End Document)

Wright Patterson AFB ,
 OH  45433  USALocation

Place Of Performance : N/A

Country : United StatesState : OhioCity : WRIGHT PATTER

Classification

naicsCode 337215Showcase, Partition, Shelving, and Locker Manufacturing
pscCode 5450Miscellaneous Prefabricated Structures