Federal Bid

Last Updated on 04 May 2021 at 5 PM
Sources Sought
Tampa Florida

Warehouse Retrofit-BLDG 1042

Solicitation ID FA481421TF0251
Posted Date 04 May 2021 at 5 PM
Archive Date 03 Jun 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4814 6 Cons Pk
Agency Department Of Defense
Location Tampa Florida United states 33621

 SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.

MacDill 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 is 332312. The size standard for NAICS 332312 is 500 employees.

The requirement is to provide:

CLIN 0001: Pre-Engineered Building, Modified Warehouse Storage P.E.B./Qty: 01-. Modular room. —SAFE Structure Designs, SAFE-MOU204X92

to be considered “equal”, offered products must meet the following salient functional, physical and performance characteristics:

      • 17 ft wide. by 14 ft long by 7.7 feet tall: Maximum Dimension to fit inside warehouse door
      • 3 workstations with table and chairs
      • Server Mount in wall, location must conform to existing LAN input to warehouse for pass through
      • Air Conditioning
      • Pre-wired with 115VAC outlets and 240V Air conditioning
      • External Plug to connect 115VAC into wall outlet
      • External Plug to connect 240VAC into wall outlet
      • Must be fully modular and able to move with forklift to any desired location

CLIN 0002: Plywood Rack/Qty: 01 Moveable rack to store 4 ft x 8ft sheets of plywood —SAFE Structure Designs, SAFE-10PWR-S

To be considered “equal”, offered products must meet the following salient functional, physical and performance characteristics:

      • Rack Stand mounted on casters, also forklift capable
      • 10 ft. wide by 8.75 ft. tall by 4 feet long (must be able to fit inside CLIN 0001 dimensions)
      • 11 rows vertically separated by minimum 6 inches from the Shelf below and above to stack plywood sheets (4x8 ft. sheets 1 inch thick)
      • Minimum 3 horizontal stanchions to place the plywood per row for support
      • Constructed galvanized steel with powder coat finish

CLIN 0003: Large ISU 70 Bin Rack/Qty: 05 Stackable ISU 70 Rack SAFE Structure Designs, part number SAFE-5LISUR-S

To be considered “equal”, offered products must meet the following salient functional, physical and performance characteristics:

      • Rack capable of holding 2 Each ISU-70 Bins stacked vertically
      • Minimum Dimensions 10.25 ft. wide by 8.25 ft. long by 8.05 ft. tall
      • Rack Stand mounted on casters, also forklift capable
      • Constructed of galvanized steel with powder coat finish

CLIN 0004: Small ISU 70 Bin Rack /Qty: 03 - Stackable ISU 70 Rack SAFE Structure Designs SAFE-SISUR-S (or Equal)

To be considered “equal”, offered products must meet the following salient functional, physical and performance characteristics:

      • Rack capable of holding 2 Each ISU-70 Bins stacked vertically
      •  Minimum Dimensions 10.25 ft. wide by 7.42  ft. long by 7.06  ft. tall
      • Rack Stand mounted on casters, also forklift capable
      • Constructed galvanized steel with powder coat finish
      • 4 rows vertically shelves separated by minimum 15.9 inches from the Shelf below and above

CLIN 0005: Accessory Rack/Qty: 05 Rack to hold aircraft equipment SAFE Structure Designs SAFE-5AR-S

To be considered “equal”, offered products must meet the following salient functional, physical and performance characteristics:

      • Minimum Dimensions 10.17 ft. wide by 3.75  ft. long by 7.09  ft. tall
      • Rack Stand mounted on casters, also forklift capable
      • Constructed galvanized steel with powder coat finish

We are considering a small business set aside that is capable of meeting this requirement.

Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the 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, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER. 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. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: [email protected] and [email protected] RESPONSES ARE DUE NO LATER THAN May 19th, 2021 at 10:00 am EST.

Bid Protests Not Available

Similar Past Bids

Alexandria Virginia Not Specified
Pennsylvania Not Specified
Location Unknown Not Specified
saint louis Missouri Not Specified
Louisiana 19 Nov 2020 at 3 PM

Similar Opportunities

Randolph air force base Texas 31 Jul 2025 at 7 PM
Location Unknown 14 Nov 2025 at 3 PM
Lakehurst New jersey 15 Jul 2025 at 8 PM
Location Unknown 14 Nov 2025 at 3 PM