Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2014 FBO #4774
SOURCES SOUGHT

J -- Digital Automatic Terminal Information Service (D-ATIS) Maintenance

Notice Date
12/18/2014
 
Notice Type
Sources Sought
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G1LA4342AG01
 
Archive Date
1/14/2015
 
Point of Contact
Caitlyn. B. Bohlman, , Adam K. aikens,
 
E-Mail Address
caitlyn.bohlman@us.af.mil, adam.aikens@us.af.mil
(caitlyn.bohlman@us.af.mil, adam.aikens@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 99th Contracting Office at Nellis, AFB, Nevada is seeking sources who can provide software and hardware maintenance for ARINC D-ATIS (digital automatic terminal information service) tower systems. In addition to searching for qualified vendors, the results of the Sources Sought (SS) will be utilized to determine what, if any, Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. The Government requests that all companies, both Large and Small, submit their business size by North American Industry Classification System (NAICS) code 811212 - Computer & office machine repair and maintenance. The small business size standard for this NAICS code is $27.5M average annual receipts. If your company is a Small Business by this standard, please specify if your company is or is not the following: (a) Veteran Owned Small Business (VSB); (b) Service-Disabled Veteran Owned Small Business (SDVSB); (c) HUBZone Small Business; (d) Small Disadvantaged Business; (e) Woman-Owned Small Business concern to the Contract Specialist, SrA Caitlyn Bohlman (contact information listed below). It is requested that interested businesses electronically submit a brief capabilities statement package (no more than ten pages in length, double spaced, and 12 point font minimum) to the contract specialist via email, demonstrating the contractor's ability to meet the Government's requirements. This documentation must address, at a minimum, the following: 1. Company Name; Company Address; Company Business Size, and Point-of-Contact name, phone number, fax number, and email address. 2. Company profile to include office location(s), DUNS number, and a statement regarding current small/large business status as discussed above. 3. Prior/current corporate experience with providing software and hardware maintenance on similar equipment to one or more Government or Commercial Clients in the last three years, including contract number, contract values, point of contact with current telephone number, organization supported and indication of whether as a prime or subcontractor, and a brief description of how the referenced contract relates to the Government's requirement. 4. Confirmation of the company's ability to provide a team of qualified personnel capable of repairing all D-ATIS equipment. NOTE: As this SS is for market research purposes only, submitted capability packages shall not include any pricing information for the requested services described. If pricing information is included within the capability package it will not be reviewed or considered by the Government, nor will it be considered a submission to any future solicitations. The Government is considering utilization of a one year Firm-Fixed-Price (FFP) contract with up to two option years for software and hardware maintenance of ARINC D-ATIS tower systems. Based on the results of the SS, a Combo Synopsis/Solicitation may be issued through FedBizOpps on or about mid January 2015 with the potential for a resulting contract late January 2015 to early February 2015. These time frames are subject to change at any time with no notice. TO SMALL BUSINESS: Just in case the Government does issue a future solicitation for this requirement as a 100% small business set-aside under NAICS 811212, please include in your capability statement in response to this SS that if awarded a contract under a future solicitation for this requirement, your company is able to comply with Federal Acquisition Regulation (FAR) clause 52.219-14 Limitation of Subcontracting. DISCLAIMER: This sources sought is for informational purposes only. This is not a request for proposal/quote. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Information submitted by offerors becomes the property of the Government and will not be returned to the offeror. Sources Sought number F3G1LA4342AG01 is assigned only for market research. Interested sources may submit all questions and capability packages by 12:00 p.m. PST on 30 December 2014 to SrA Caitlyn Bohlman, Contract Specialist, by email at caitlyn.bohlman@us.af.mil. All questions will be taken into consideration and if the Government issues a future solicitation for this requirement, the solicitation will reflect all clarifications deemed necessary as a result of any/all questions received in response to this SS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G1LA4342AG01/listing.html)
 
Place of Performance
Address: Creech, AFB, Indian Springs, Nevada, United States
 
Record
SN03600209-W 20141220/141218235004-6ada3bac254f55c5d2f0e893d594a211 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.