Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2018 FBO #5986
SOURCES SOUGHT

D -- Base TV - Draft SOW

Notice Date
4/12/2018
 
Notice Type
Sources Sought
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
F3F3Q18005AW01
 
Archive Date
5/5/2018
 
Point of Contact
Feyna Jackie Li, Phone: 2088283119, Thomas W. Ashton, Phone: 2088283107
 
E-Mail Address
feyna.li@us.af.mil, thomas.ashton@us.af.mil
(feyna.li@us.af.mil, thomas.ashton@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Deliver Standard Television content, Subscription & Support Details This is a Sources Sought Notice in accordance with FAR Part 10, Market Research. This is for planning purposes only to assist in determining if this effort can be obtained competitively and/or as a total Small Business Set-Aside. There is no solicitation available at this time The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various business concerns that might be interested to compete. The government will use this information to determine the best acquisition strategy for this procurement. The government is interested in all small businesses to include: 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned Small Business concerns. The government requests that interested parties respond to this notice if capable and identify your small business status to the identified NAICS code. If a solicitation is released, it will be synopsized and posted on the FedBizOpps website. It is the responsibility of the potential offerors to monitor that site for additional information pertaining to this requirement. DESCRIPTION: The 366th Contracting Squadron at Mountain Home AFB is seeking potential sources interested in providing internet protocol television services (IPTV) and Direct TV to Mountain Home AFB, ID. This SOW outlines the desired content and location with approximate number of delivery/viewer stations. OBJECTIVE: Mountain Home AFB requires that the contractor provides maintenance, sustainment for all parts and labor on already installed equipment. At a minimum the contractor will provide DIRECTV services to included twenty (20) standard definition channels at fourteen (14) buildings located on Mountain Home AFB. Should future technologies or practices allow IPTV delivery to any of the requested content delivery buildings listed in the SOW, the government reserves the right to terminate service to any single or multiple building(s) upon written request to the contractor no earlier than two (2) weeks from requested termination date. The contractor shall provide the standard commercial warranty (if applicable) for all installed equipment. Defects which may occur as the result of faulty materials, and workmanship shall be corrected by the contractor at no additional costs to the government. The contractor must provide customer support for all television services, at a minimum, during normal business hours (8:00-4:00 MST) Monday through Friday, in order to remedy any problems on site using self-maintenance. The contractor shall ensure that all installations meet or exceed local base standards and requirements for telecommunications systems of this nature. The contractor shall test the content delivery of the video system and output feeds to ensure they are approved industry specifications. The North American Industry Classification System (NAICS) for this effort is 517311 - Wired Telecommunications Carriers with a size standard of 1,500 employees. INFORMATION AND INSTRUCTIONS: Respondents must include the following information within their statement of capability packages. Capability packages shall not exceed two (2) single-sided pages in length; a. Company Information: Your Company's name, address, point of contact with email address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), and business size. Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. b. A Statement of Capabilities demonstrating the skills, experience, knowledge, and capabilities necessary to perform the work specified within the summary of requirements outlined above. Please limit your relevant past performance to the past three (3) years and include the Contract Number(s) or Customer/Company Name. c. Capability package responses shall be sent via email to feyna.li@us.af.mil. Oral communications ARE NOT acceptable in response to this notice. Paper copies of this announcement will not be provided. Any information received will be used solely for the purpose of market research. GOVERNMENT RESPONSIBILITY: This sources sought should not be construed as a commitment by the government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and will be used solely for the purpose of market research. Please be advised that all submissions become government property and will not be returned. All government and contractor personnel reviewing sources sought will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. Questions on this notice shall be submitted via email to only the Contract Specialist. Contact Feyna J Li, feyna.li@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F3Q18005AW01/listing.html)
 
Record
SN04886756-W 20180414/180412230607-e5acbb93d1b4119e47ef716ff423f749 (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.