SOURCES SOUGHT
N -- Audio Visual/VTC Support - Package #1
- Notice Date
- 1/9/2014
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Air Force, AF ISR Agency, AF ISR Agency/A7K, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
- ZIP Code
- 78243
- Solicitation Number
- FA7037-14-R-0002
- Archive Date
- 2/7/2014
- Point of Contact
- Carl J. Lynch, Phone: 2109776313, Stephanie Arch, Phone: 210-977-6309
- E-Mail Address
-
carl.lynch.2@us.af.mil, stephanie.arch@us.af.mil
(carl.lynch.2@us.af.mil, stephanie.arch@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement This is a Sources Sought Synopsis, for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular approach. AF Intelligence Surveillance and Reconnaissance Agency (AFISR Agency) is seeking possible 8(a) sources to provide the Headquarters (HQs) customers with conference room AV and Video Teleconference VTC design, install and maintenance support up to the Top Secret/Sensitive Compartmented Information TS/SCI classification. It includes, but is not limited to, six (6) dedicated VTC suites and one (1) large auditorium with audio and video capabilities with over 75 desktop VTC systems and a VTC operations center that houses a Multiple Control Unit MCU Tier I internal VTC network. Preventative Maintenance (PM), warranty tracking, license renewing and inventory control are all key and critical to this service. Further details are outlined in the attachment 1, DRAFT PWS (under NAICS 541512). Comments on this NAICS and suggestions for alternatives must include supporting rationale. This acquisition will also require contractor personnel have a FINAL US Government issued Top Secret Security Clearance and be DCID 6/5 eligible with a current SSBI. Request For Capabilities Statement: Interested parties are requested to submit a detailed capability statement that would allow the government to determine if they have the expertise, experience, and knowledge to perform the requirements. Capability statements must address at least two prior contracts that reflect similar type and scope of work and the number of concurrent staff resources available. The NAICS Code is 541512. The small business size standard is $25.5M. Interested 8(a) small business vendors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Submissions shall include the following: 1) Company name, address, telephone number 2) Contact name, title, telephone number, and e-mail address 3) Socio-economic classification (i.e., HUB Zone and/or 8(a) status) and point of contact. 4) Business size for NAICS code. Please submit copies of documentation such as letters or certificates to indicate the firm's status. 5) DUNS number 6) CAGE code. Companies must be registered in the CCR, www.ccr.gov, to be awarded contracts with the federal government. 7) TIN 8) If company has a Government approved accounting system, please identify the agency that approved the system. 9) Identification of the firm's GSA Schedule and applicable SIN(s) and/or existing contract number (scope must permit HUD to order) 10) Description of the company's prior relevant experience and a summary of past performance information for contracts awarded. Additionally, provide the following information: a. Who (Company name) did your firm provide the service(s)? b. Contract number or other identifying reference. c. Did you perform as the Prime or Sub? If you were a sub, indicate the percentage of the overall contract that you performed and the type of effort you performed. d. Period of performance e. Annual dollar value f. Contract type (Cost, Firm Fixed Price, Time and Material, etc.) 11) Evidence that respondent can satisfy the minimum requirements while in compliance with FAR 52.219-14, Limitations on Subcontracting. 12) Ten (10) page limitation, 12-point type font, with not less than a one inch margin on 8-1/2 x 11 inch paper. Teaming arrangement responses are acceptable. The information required above for the company responding to this announcement should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and AF ISR Agency may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. RESPONDENTS MUST SUBMIT ALL CAPABILITY STATEMENTS VIA E-MAIL to carl.lynch.2@us.af.mil no later than January 23, 2014; 3:30 p.m. Eastern Standard Time for consideration. Please note, THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL, BUT A MARKET SURVEY TO LOCATE POTENTIAL SOURCES.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4ec0290d82927badb18afe15ea23809a)
- Place of Performance
- Address: HQ, AF ISR AGENCY, Lackland AFB, Texas, United States
- Record
- SN03264195-W 20140111/140109234515-4ec0290d82927badb18afe15ea23809a (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 |