SOURCES SOUGHT
70 -- TLETS - Package #1
- Notice Date
- 9/7/2017
- Notice Type
- Sources Sought
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- SSJBKCA20170907
- Point of Contact
- Leketa Cunningham, Phone: 2106528877, Marcus J. Reedom, Phone: 2106528427
- E-Mail Address
-
leketa.cunningham@us.af.mil, marcus.reedom.2@us.af.mil
(leketa.cunningham@us.af.mil, marcus.reedom.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Market Survey Questionnaire Statement of Work Equipment List The JBSA-Randolph Contracting Squadron, 502 CONS/JBKCA, is contemplating the installation of the Texas Law Enforcement Telecommunication System (TLETS) at JBSA Ft. Sam Houston. Contractor shall provide a server, laptop computers, the latest version of the Omnixx software, and configuration services necessary to connect to TLETS. The contractor shall provide any power tools, safety gear or other equipment/tools, supplies necessary to perform system maintenance and provide necessary testing of all installed/repaired components of the TLETS for access to the Texas Department of Public Safetys DPS in accordance with all applicable government and commercial regulations stated in the Performance Work Statement. Contractor must be a certified manufacturer integrator or certified installer of TLETS system. The North American Standard Industry Classification System (NAICS) code anticipated for this acquisition is 334118-Computer Terminal and Other Computer Peripheral Equipment Manufacturing, the small business size standard is 1,000 employees, and the Federal Supply Class Code 7050 - ADP Components. Based on responses to this sources sought, this requirement may be set aside for Small Business or procured through Full and Open competition. Please see attached Draft Performance Work Statement and Equipment list for additional requirement details. THIS IS NOT A SOLICITATION FOR PROPOSALS OR QUOTES; therefore, in accordance with FAR 15.201(c) any responses to this inquiry will not constitute nor will be considered as contractor offers, and no contract will be awarded as a result of this inquiry. This information will be used by the 502 CONS/JBKCA for market research purposes only, and the submitted information will not be returned. Submitted information will be protected in accordance with DoDD 5400.11, Department of Defense Privacy Program, and DoD 5400.11-R, Department of Defense Privacy Program, and no feedback will be provided regarding submissions or the total number of submissions received. Responders are solely responsible for all expenses associated with responding to this request for information, as the government is not liable for any costs incurred by interested parties in responding to this request. The purpose of this sources sought notice is to query the market for potential interested, capable, responsible, and qualified commercial offerors that may perform the stated requirement. The government is interested in collecting market data/information in accordance with Federal Acquisition Regulation (FAR) Part 10, Market Research from potential sources that have the capability to provide relocation and upgrade of the TLETS. Interested and/or potential offerers are requested and encouraged to submit responses and market questionnaire to Leketa Cunningham (Contract Specialist) at leketa.cunningham@us.af.mil AND also to Marcus Reedom (Contracting Officer) at marcus.reedom2@us.af.mil Interested sources should submit their responses and market questionnaire no later than 12:00 p.m. Central Time (CT) on 11 September 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/SSJBKCA20170907/listing.html)
- Place of Performance
- Address: JBSA Fort Sam Houston, Fort Sam Houston, Texas, 78234, United States
- Zip Code: 78234
- Zip Code: 78234
- Record
- SN04665742-W 20170909/170907231923-fc37173577b777b9f02dd490cf79b2b8 (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 |