Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2015 FBO #4837
SOURCES SOUGHT

J -- Command Post Console Sustainment - Attachment 1_Draft PWS

Notice Date
2/19/2015
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 763rd SCONS, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
AFICA_FA4452-15-Q-CPCSUSTAINMENT
 
Point of Contact
Leonard L Johnson, Phone: 618 256 1188, Thomas E. Jaeger, Phone: 618.256.9955
 
E-Mail Address
leonard.johnson.13@us.af.mil, thomas.jaeger.1@us.af.mil
(leonard.johnson.13@us.af.mil, thomas.jaeger.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS for CPC Sustainment. SOURCES SOUGHT ANNOUNCEMENT For Command Post Console Sustainment FA4452-15-Q-CPCSUSTAINMENT The 763 rd Specialized Contracting Squadron (763 SCONS) i s seeking sources for 735th AMCC (Hickam, HI). CONTRACTING OFFICE ADDRESS: 763d SCONS 507 Symington Dr. Scott AFB, IL 62225 INTRODUCTION: This is a SOURCES SOUGHT to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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. CONTRACT/PROGRAM BACKGROUND: Contract Number: FA4454-12-C-0002 Contract Type: FFP Incumbent and their size: Unify (formerly Siemens)/large business Method of previous acquisition: full and open competition/brand name or equal Air Mobility Command (AMC) had a requirement to upgrade three Siemens Command Post Console systems at the Hickam AB located in Hawaii, and install two new Command Post Console systems in Kadena AB located in Japan. All systems had to be Joint Interoperability Test Command (JITC) certified and have Multilevel Precedence and Preemption (MLPP) capability (IAW DoD Instruction 8100.3). The technical requirements of all systems had to be brand name or equal to the latest JITC certified version of the Siemens HiPath 4000 Dispatch, Command and Control Communications System. REQUIRED CAPABILITIES: The 763 rd SCONS is seeking information from potential sources that can provide 24/7 sustainment for the console system equipment items listed in Attachment 1_PWS. Sustainment will be for the 735th AMC Command Post, 735th AMC Alternate Command Post, and the 613th Air Operations Center. See attached PWS for details. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 811213 (Communication Equipment Repair and Maintenance), with the corresponding size standard of $11.0M. To assist 763 SCONS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Info Page (minimum information): •a. Business name and address; •b. Name of company representative and their business title; •c. Large or Small Business Size and Type of Small Business (if applicable); •d. Cage Code; •e. DUNS Number; •f. Contract vehicles that would be available to the Government for the procurement of the product and service, (This information is for market research only and does not preclude your company from responding to this notice.) •22) Capabilities package (3-page max). Include in your capability package (minimum information): •a. Teaming arrangements •b. Ability to perform the required service •c. Any foreseeable Risks/Issues •d. Any essential information or comments on the Draft PWS •e. Any other essential information Vendors who wish to respond to this should send submissions via email, NLT 4 March 15, 12:00 PM Central Daylight Time (CDT), to Mr. Leonard Johnson at leonard.johnson.13@us.af.mil. Questions can be emailed to leonard.johnson.13@us.af.mil, NLT 24 Feb 15. Government will attempt to address questions before submission due date; if not, questions will be addressed after submission due date. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/AFICA_FA4452-15-Q-CPCSUSTAINMENT/listing.html)
 
Record
SN03645638-W 20150221/150219234714-12db0cd8f6be8bccd7954770876023a3 (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.