THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. THE PURPOSE OF THIS ANNOUNCEMENT IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED BUSINESS CONCERNS PROVIDING SERVICES UNDER NAICS 337127.
USACE is seeking domestic sources capable of manufacturing and delivering four (4) Pullman berths similar to the bunks shown in the attached drawing, capable of being stacked in pairs vertically. The body frame shall be manufactured out of steel. The Contractor shall manufacture each berth no more than 35.5" wide, 83" long and 13" thick and no less than 33" wide, 80" long, and 10" thick in the open position. Four (4) marine grade mattresses with dimensions no less than32" W x 78" L x 8" H shall also be provided by the Contractor. Two (2) ladders shall be provided by the contractor that allow proper access to the two top level bunks via the foot of the bed. The Contractor shall provide all required mounting hardware for the installation of the four (4) bunks. See attached document for example of acceptable bunk specification.
The items must be compliant with Buy American Act, FAR 52.225-1, Buy American-Supplies.
Vendor must be actively registered in SAM.gov.
Companies that can provide four (4) Pullman berths are requested to email to [email protected].
The report should include any other information relevant to your capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice:
(1) Small Business status: Identification and verification of the company as an SBA certified 8(a) firm, HUB Zone, Veteran Owned Small Business, Service-Disabled Veteran Owned Small Business, Woman Owned Small Business, Economically Disadvantaged Woman Owned Small Business or Small Business for NAICS Code 337127 - Institutional Furniture Manufacturing. The small business size standard is 500 employees.
(2) A CAGE Code and/or DUNS Number.
(3) Business Address.
(4) List of services provided.
(5) Proof of being a licensed contractor eligible to work in the state of New Jersey.
(6) Examples of past experience for similar services within the past five (5) years. Examples (if any) of experience with the Federal Government not more than 5 years old. For example, if you have had contracts with the Government during the past 5 years, provide a list of those contracts.
(7) Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research.
Responses are due not later than 09/13/19 at 2:00pm EST by email, to: [email protected].
Point of Contact:
Erica Miller, Contract Specialist
917-790-8121