Federal Bid

Last Updated on 02 Aug 2016 at 8 AM
Sources Sought
Wright patterson air force base Ohio

Basewide Flooring

Solicitation ID FA8601-16-R-0046SS
Posted Date 17 Jun 2016 at 8 PM
Archive Date 02 Aug 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Wright patterson air force base Ohio United states
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)

FA8601-16-R-0046ss.

The United States Air Force, LCMC/ Operational Contacting Division, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBzone, Women-Owned (WO) and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing the personnel, supervision, items and services necessary to supply flooring at Wright Patterson Air Force Base as defined in the attached Performance Work Statement (PWS). Firms that respond shall specify that their capabilities meet the specifications provided below and in the attachment and provide detailed information to show clear technical compliance. Additionally, performance history, including recent commercial customers, shall be included to determine commerciality.

Detailed Specifications are listed in the attachment identified below:

1. Draft Performance Work Statement "Flooring PWS"- (dated 7 June 2016)

All interested firms shall submit a response demonstrating their capability to provide this supply to the Primary Point of Contact listed below. 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 (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 NAICS Code assigned to this acquisition is 314110, "Carpet and Rug Mills", with a size standard of 1,500 employees. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, WO, and HUBZone small business). 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. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.

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 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.
CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities. Responses may be submitted electronically to the following e-mail address: [email protected]. All correspondence sent via email shall contain a subject line that reads "FA8601-16-R-0046ss Flooring." 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, or .xls documents are attached to your email. All other attachments may be deleted. Responses may also be mailed to:
AFLCMC/PZIOB,
ATTN: SrA Charles Bowers
1940 Allbrook Dr., Rm 109
Wright-Patterson AFB, OH 45433-5309

RESPONSES ARE DUE NOT LATER THAN 24 June 2016 BY 1:00 PM EDT Direct all questions concerning this acquisition to SrA Charles Bowers at [email protected].

 

Bid Protests Not Available

Similar Past Bids

Wright patterson air force base Ohio 07 Oct 2016 at 3 PM
Panama city Florida 28 Jul 2020 at 3 PM
Fort smith Arkansas 16 Jun 2020 at 3 PM
Fort smith Arkansas 09 Jul 2020 at 2 PM
Vandenberg air force base California 20 Jun 2012 at 11 PM

Similar Opportunities

Dayton Ohio 16 Jul 2025 at 8 PM
Dayton Ohio 16 Jul 2025 at 8 PM
Dallas Texas 31 Dec 2025 at 9 PM
Dallas Texas 31 Dec 2025 at 9 PM
Dayton Ohio 16 Jul 2025 at 8 PM