SOURCES SOUGHT
25 -- Replacement of existing Audio System and installation of new A/V sytem in fifty-five (55) Ford F-150XL Crew Cab pick-up trucks located across United States.
- Notice Date
- 8/18/2015
- Notice Type
- Sources Sought
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, -MCRD Parris Island, PO Box 5069, Parris Island, South Carolina, 29905-5069, United States
- ZIP Code
- 29905-5069
- Solicitation Number
- M00263-15-AVPackage
- Archive Date
- 12/31/2015
- Point of Contact
- Jessica Quinones, Phone: 7034329348, Anthony F. Skinner, Phone: 8432282139
- E-Mail Address
-
jessica.quinones@marines.usmc.mil, anthony.skinner@usmc.mil
(jessica.quinones@marines.usmc.mil, anthony.skinner@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- AUDIO/VISUAL PACKAGE SOURCES SOUGHT ONLY: This is a Sources Sought request for information to be used for market research purposes only. The Government is seeking responses from small businesses capable of providing and installing the required audio/visual in leased Government Services Administration (GSA) vehicles. THIS IS NOT A REQUEST FOR PROPOSAL. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The Government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. The Marine Corps Recruiting Command (MCRC) is in the process of obtaining fifty-five Ford F-150XL Crew Cab pick-up trucks from GSA for use as marketing and advertising vehicles. MCRC has a requirement to install after-market upgrades in the vehicles that include an amplified stereo system and a TV/DVD package. MCRC intends on awarding a Firm Fixed Price (FFP) contract for the following items: Audio system : The intent is to replace the standard system that come installed in the truck with a stereo system and speaker that is capable of playing loud music that will attract our target market. Potentially the solution could involve box speakers that are transported in the bed, and then set up external for operation. TV/DVD system : The intent is to mount or place a large screen television with DVR either in the bed or external to the truck. This system will be used to loop USMC marketing and advertising material and would require the ability to project sound or tie into the audio system. Keep in mind the necessity for safe transportation and a secure set-up at the event site. The 55 trucks are located in the following cities: Seattle, WA Portland, OR Salt Lake City, UT Sacramento, CA San Francisco, CA Los Angeles, CA Orange, CA San Diego, CA Phoenix, AZ Denver, CO Albuquerque, NM Oklahoma City, OK Dallas/Ft Worth, TX San Antonio, TX Houston, TX Baton Rouge, LA Nashville, TN Montgomery, AL Ft Lauderdale, FL Orlando, FL Jacksonville, FL Parris Island, SC Atlanta, GA Columbia, SC Raleigh, NC Louisville, KY Charleston, WV Richmond, VA Quantico, VA Baltimore, MD Frederick, MD Harrisburg, PA Colts Neck, NJ Garden City, NY Springfield, MA Portsmouth, NH Albany, NY Pittsburg, PA Buffalo, NY Cleveland, OH Detroit, MI Indianapolis, IN Chicago, IL Milwaukee, WI St Louis, MO Twin Cities, MN Des Moines, IA Kansas City, MO Vehicles will be made available for installation at consolidated locations no more than 3 hours from the original location listed above. The anticipated NAICS is 334310 for Audio and Video Equipment Manufacturing with a Small Business Size Standard of 700 employees. Interested respondents should submit a brief capabilities statement package clearly demonstrating the firm's ability to provide the above items. The capabilities statement package should include suggested items to be installed in the vehicles and a Rough Order of Magnitude (ROM) on the estimated dollar value that it would take to purchase and install these items. The firm's capabilities statement package shall also address the following: 1. Title of the requirement, Company Name, Address, and POC. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS/CAGE Code, and a statement regarding current small business status. 3. Prior/current corporate experience (private and/or government) performing efforts of similar size and scope within the last three (3) years. Statements should describe the dollar value, indicate whether your firm acted as the price or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the requirements as described above. Responses/Questions shall be submitted by email to Jessica Quinones at jessica.quinones@marines.usmc.mil NO LATER THAN 3:00 pm EST on Tuesday, 25 August 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00263/M00263-15-AVPackage/listing.html)
- Place of Performance
- Address: Multiple Locations across the United States., United States
- Record
- SN03843604-W 20150820/150818235906-23189a1fb466a1e29cd57b46f4730494 (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 |