Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
SOURCES SOUGHT

J -- Upgrade of Hardware and Software of Six Government-owned Smartronix IRIG Chapter 10 Recording System - Package #1

Notice Date
12/16/2016
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIE - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
CH10RECORDER
 
Point of Contact
Tanya A Warden, Phone: 8508820174
 
E-Mail Address
tanya.warden@us.af.mil
(tanya.warden@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AFMAN17-1301 Statement of Work The Department of Defense, United States Air Force, Air Force Test Center (AFTC), Specialized Contracting Division (PZIE), Eglin AFB, Florida is currently conducting market research seeking capabilities statements from potential sources, including small business (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) concerns that are capable of performing the upgrade of the hardware and software of six Government-owned Smartronix IRIG Chapter 10 Recording Systems to Windows 10. The specific requirement is defined in the attached Statement of Work. All interested vendors shall submit a response demonstrating their capability to perform this effort to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The North American Industry Classification System (NAICS) code for this acquisition is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a Small Business standard of 1250 employees. Interested firms must indicate whether they are large, small, or any socio-economic classifications, and whether they are U.S. or foreign owned. IAW AFFARS 5352.201-9101, the AFTC Ombudsman (Primary) is Colonel Todd M. Copeland, Todd.copeland@us.af.mil. Vendors must be registered in System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) before award can be made. No technical data/drawings/Technical Orders are available. If a firm believes it is capable of meeting the Government's requirements, it may identify its capability to the Contract Specialist no later than 8:00 A.M., Central Standard Time (CST) on 3 January 2017. Send all packages via email to Tanya Warden at tanya.warden@us.af.mil. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/47f67a033c19f12e76ed55c86d51c316)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN04354064-W 20161218/161216234311-47f67a033c19f12e76ed55c86d51c316 (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.