SOURCES SOUGHT
R -- TRADOC VTC - VTC PWS
- Notice Date
- 8/16/2016
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-16-R-VTCR
- Archive Date
- 9/15/2016
- Point of Contact
- Alecia S. Jackson, Phone: 7575018130, Shaina S. McKeel, Phone: 7575018120
- E-Mail Address
-
alecia.s.jackson.civ@mail.mil, shaina.s.mckeel.civ@mail.mil
(alecia.s.jackson.civ@mail.mil, shaina.s.mckeel.civ@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- VTC PWS SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The Mission Installation Contracting Command (MICC)-Fort Eustis desires to procure follow-on TRADOC VTC/ AV support services (includes Haivision IPTV system equipment and service) and maintenance for Headquarters (HQ) TRADOC facilities and personnel. All personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform TRADOC VTC/ AV support services as defined in this draft Performance Work Statement except for those items specified as government furnished property and services on an 8 (a) set-aside basis, provided 2 or more qualified 8(a) small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. At this time we are only looking at 8(a) firm responses, to identify their capabilities in meeting the requirement at a fair market price. Statement of Capabilities (SOC) reflecting interest and capability in meeting the above and attached draft Performance Work Statement (PWS) requirements should be submitted by interested parties not to exceed 10 pages. Additional pages in excess of 10 pages will be removed; cover letters and extraneous material is NOT desired. All responses addressing the following items must be self-contained. Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 541513 Computer Facilities Management Services. The small business size standard is $27.5M. Responses will only be accepted via e-mail. Telephonic responses will not be honored. Please send your responses to MICC - Fort Eustis by 31 August 2016 @ 11:00 a.m. EDT. Submissions may be sent to Alecia Jackson at alecia.s.jackson.civ@mail.mil. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. These shall be on a separate document and not part of the 10 page SOC.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/558978ecf41d461c6f8c8be17bd61eb4)
- Place of Performance
- Address: Fort Eustis, Virginia, 23604, United States
- Zip Code: 23604
- Zip Code: 23604
- Record
- SN04227013-W 20160818/160817000532-558978ecf41d461c6f8c8be17bd61eb4 (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 |