SOURCES SOUGHT
99 -- Command Post Services
- Notice Date
- 4/1/2014
- Notice Type
- Sources Sought
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-COMMAND-POST
- Response Due
- 4/4/2014
- Archive Date
- 5/31/2014
- Point of Contact
- Kent D. Braden, 309-782-1713
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(kent.d.braden.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a REQUEST FOR INFORMATION (RFI) ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes. This announcement does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. The Government will not pay for or reimburse any costs associated with responding to this request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. The purpose of this RFI is to conduct market research to determine the market availability of contractors available to provide a civilian solution to perform Command Post Maintenance Services. The primary place of performance is located at Shaw Air Force Base, Sumter, South Carolina. However, mission requirements may require personnel to travel to the following locations: Egypt, Iraq, Saudi Arabia, Jordan, and Kuwait. At a minimum, services include set up, tear down, and maintenance of all parts and functions associated with a command post. The attached DRAFT PWS details the other required services. Personnel are required to possess and maintain a U.S. SECRET Security Clearance. In order to determine market availability, the Government requests that interested vendors send an email with its capability statement to: kent.d.braden.civ@mail.mil All contractors who provide goods or services to the Department of Defense (DOD) must be registered in the System for Award Management (SAM). The capability statement can be limited to five (5) pages in length, submitted in PDF or MS Word format and should outline its capability or experience associated with this type of requirement. The front page does not count toward the five (5) page maximum. The front page of the capability statement shall include the following: 1. Company Name 2. Address 3. Phone, Fax, and Email 4. CAGE Code and DUNS Number 5. Size Category and Socioeconomic status
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/08113f6003a9e124df188ce63714b87e)
- Place of Performance
- Address: Shaw AFB 307 Rhodes Ave Sumter SC
- Zip Code: 29152
- Zip Code: 29152
- Record
- SN03325818-W 20140403/140401234911-08113f6003a9e124df188ce63714b87e (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 |