Texas Bids > Bid Detail

Single/Double Deck Beds and Mattresses

Agency:
Level of Government: Federal
Category:
  • 72 - Household and Commercial Furnishings and Appliances
Opps ID: NBD00159074384515637
Posted Date: Oct 30, 2023
Due Date: Nov 8, 2023
Source: https://sam.gov/opp/7b12bd7c59...
Follow
Single/Double Deck Beds and Mattresses
Active
Contract Opportunity
Notice ID
W9124J24QSMTS
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO SAM HOUSTON
Office
W6QM MICC-FDO FT SAM HOUSTON
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Oct 30, 2023 09:21 am CDT
  • Original Published Date: Oct 30, 2023 09:20 am CDT
  • Updated Response Date: Nov 08, 2023 02:00 pm CST
  • Original Response Date: Nov 08, 2023 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Nov 23, 2023
  • Original Inactive Date: Nov 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7210 - HOUSEHOLD FURNISHINGS
  • NAICS Code:
  • Place of Performance:
    San Antonio , TX 78256
    USA
Description View Changes

SOURCES SOUGHT SYNOPSIS



for



JBSA Fort Sam Houston, TX Furniture Purchase/Installation





NOTICE TYPE: THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure (600) 84” L x 36” W Round-Tube Beds Single Deck and Double Deck (convertible type), 600 Sealed safe Seal-Tite Mattress with Buit-in pillow and 300 bed conversion-unit, round-tube, for bunkbed. All materials and labor shall be conducted at Fort Sam Houston, TX 78256. The Contractor will be responsible for delivery, set-up and removal of old beds/ mattresses on site. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.





This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.





The anticipated NAICS code(s) is/are: 337126 Household Furniture (except Wood and Upholstered) Manufacturing, business size standard is 750 Employees. If a different NAICS code would be better suited, please state in your response what NAICS you believe is better suited for this requirement.





RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support all of the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information. In response to this sources sought, vendor responses are limited to ten (10) written pages (PDF or MS Word Format) and should include:





1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.





2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.





3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.



4. Information to help determine if the required supplies are commercially available, including basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.





5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.





6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





7. Recommendations to improve the approach/specifications/draft SOW to acquiring the identified items/services.





8. Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm’s potential to fulfil our requirements as depicted in the draft PWS.



9. Questions for this sources sought shall be submitted on or before 2:00PM CDT on 03 November 2023. Government Response will be provided within four (4) business days after receipt of all questions.



12. Responses to this sources sought notice shall be submitted on or before 2:00PM CDT on 08 November 2023 via email to Jared Kiser at Jared.l.kiser.civ@army.mil.



The Government will not return any information submitted in response to this notice.



All questions MUST be in writing. In all responses, please reference W9124J-24-Q-SMTS (MEDCoE Furniture). Verbal questions will not be accepted. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted.








Attachments/Links
Contact Information
Contracting Office Address
  • MICC FSH OFFICE OF THE DIRECTOR 2205 INFANTRY POST ROAD BLDG 603
  • FORT SAM HOUSTON , TX 78234-1361
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >