DOCUMENT
75 -- Intergrated Emergency Operations Center Project - Equipment List
- Notice Date
- 5/5/2008
- Notice Type
- Equipment List
- NAICS
- 453210
— Office Supplies and Stationery Stores
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155
- ZIP Code
- 20301-1155
- Solicitation Number
- HQ0034-IEOC
- Response Due
- 5/12/2008
- Point of Contact
- Anthony J Williams,, Phone: 703-696-1496
- E-Mail Address
-
anthony.williams@whs.mil
- Small Business Set-Aside
- N/A
- Description
- COMBINATION REQUEST FOR INFORMATION/SOURCES SOUGHT Issued by The Washington Headquarters Services Acquisitions and Procurement Office (WHS/A&PO), in the support of the Washington Headquarters Services, on behalf of Information Technology Management Directorate (ITMD) intends to procure equipment and installation for “Integrated Emergency Operations Center Project”. This sources sought is for information and planning purposes only. This is not a request for quotes. The Government shall not be liable for or suffer any consequential damages for any technical information that may be provided. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Background WHS is tasked to provide an integrated, state of the art, emergency operations center within the Pentagon Reservation, which provides central, synergistic coordination for federal, state, and local responders supporting the Pentagon Reservation and immediate area. Equipment and installation will be needed to support intercommunications with building operations and emergency management systems. Critical elements of this procurement are date of delivery and equipment installation date. Description of Information Requested The RFI submitters are requested to address the following list of issues: 1.WHS/A&PO welcome comments on any potential warranty compliance or any required special protection for the attached list of equipment (e.g. installation, components, subassemblies, etc). 2.The feasibility of accomplishing the delivery and installation by November 1, 2008. 3.Provide contract number and point of contact for current or past contract for similar services 4.Develop firm fixed-price CLINs General information Interested businesses should submit capability packages. Small businesses that are certified and qualified as a small business concern under NAICS code (453210) with a size standard of $8.0M are encouraged to submit their capability packages. If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 12:00 am EST, May 12, 2008, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement would be solicited under full and open procedures. We anticipate awarding one (1) contractor to provide the attached equipment and to provide installation of this equipment in an area of approximately 14, 486 sq ft. A draft design of this area will be included in the Request for Proposal. A Firm-Fixed Price type contract is anticipated. It is anticipated that the contract will be awarded by August 15, 2008. The equipment must be installed and operational by November 1, 2008. A written Request for Proposal (RFP) will be posted on or about May 30, 2008 How to respond Interested firms may email capabilities statements or questions no later than, May 12, 2008, by 12:00 PM EST. Submit electronic response to Anthony Williams at email: anthony.williams@whs.mil. Submissions must be on white bond paper, 12-point font size, and 1-inch margins. Authorized document formats include Adobe (.pdf), Microsoft Word (.doc), or Rich Text Format (.rtf) Point of Contact For further information or questions for this proposed action, please contact Anthony Williams, phone 703-696-1496, email: anthony.williams@whs.mil. Disclaimer It is not the intent of WHS/A&PO to publicly disclose vendor proprietary information obtained during this solicitation. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondents as “Proprietary or Confidential” will be kept confidential. It is emphasized that this RFI is for planning and information purposed only and is NOT be contracted as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0317af3768555349a0e1358a0496aec8&tab=core&_cview=1)
- Document(s)
- Equipment List
- File Name: Equipment List (IEOC Sanitized cost estimate.xls)
- Link: https://www.fbo.gov//utils/view?id=17616a17914fa64384c4c90d347444b9
- Bytes: 106.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Equipment List (IEOC Sanitized cost estimate.xls)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN01566985-W 20080507/080505220156-0317af3768555349a0e1358a0496aec8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |