SOURCES SOUGHT
59 -- Sources Sought for Audio Visual Upgrades - Detailed Description & Specifications
- Notice Date
- 7/16/2018
- Notice Type
- Sources Sought
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W911YP18R0015
- Point of Contact
- William T. Brown, Phone: 8014324273, Dallas Ray Workman, Phone: 8014324607
- E-Mail Address
-
william.t.brown68.civ@mail.mil, dallas.r.workman.civ@mail.mil
(william.t.brown68.civ@mail.mil, dallas.r.workman.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Detailed Description & Specifications AV Upgrades SOLICITATION/SOURCES SOUGHT : W911YP18R00015 AGENCY/OFFICE: Utah National Guard/USPFO PLACE OF PERFORMANCE: Utah Army National Guard/640th Regiment, 17800 South Camp Williams Rd, Bluffdale, UT 84065 SUBJECT: Audio Visual Upgrades for 640th Drill Hall, Auditorium, and Conference Room RESPONSE DUE DATE: 12:00 PM MST 23 July 2018 CONTRACTING POC: William (Billy) T. Brown IIIEmail: William.t.brown68.civ@mail.milPhone: 8014324273 DESCRIPTION/CAPABILITIES: The Utah National Guard is conducting this Sources Sought to identify small business vendors who possess the capabilities to provide and install the products and services as specified in the Detailed Description and Specifications attachment to determine their availability, capability, and adequacy. If your firm is interested in this requirement, your company must be registered on www.sam.gov as a qualified small business under the NAICS code 334310 "Audio & Video Equipment Manufacturing" (or very similar NAICS code) which has a Small Business Size Standard of 750 employees (https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf). Your company must also demonstrate you have performed work on similar projects. An organization that is not registered on www.sam.gov as a small business under the applicable NAICS code (or very similar NAICS code) should not submit a response to this notice. As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. SAM REGISTRATION: All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. Each Capabilities Statement must include vendor's CAGE code, DUNS number, Federal Tax Number, and must include point of contact information. Prospective vendors may obtain information on registration at www.sam.gov. Failure to provide SAM registration may result in your company not being considered. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award. SUBMISSION INSTRUCTIONS: Please provide your Capabilities Statement to the United States Property and Fiscal Office Purchasing and Contracting Division of Utah no later than 12:00 pm (Mountain) 23 July 2018. All submissions should be sent via email to: william.t.brown68.civ@mail.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline may be considered non-responsive and may not be considered. Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm's qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: A.Company Profile to include: 1.Company name and address; 2.Affiliate information: parent company, joint venture partners, and potential teaming partners; 3.Year the firm was established and number of employees; 4.Two points of contact (names, titles, phone numbers and email addresses); 5.DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: 6.Small Business designation/status (must correlate with SAM registration): _____ Small business_____HUBZone_____ WOSB _____ 8(a)_____ VOSB _____ SDVOSB _____ Small Disadvantaged Business 7.Is the firm currently on the Excluded Parties List or has Debt Subject to Offset on www.sam.gov? B.Documentation of the company's ability to obtain financing for a contract valued between $100,000.00 to $300,000.00. C.Bonding capability. D.List at least 1 current commercial Audio Visual Installation project in the last 5 years of similar size and scope. Include location, POC, agency (if applicable), size, and contract award amount. Additional comments: ___________________________________________________________ This information is true and correct to the best of my knowledge. ___________________________________________________________ SignatureDate ___________________________________________________________ Name
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W911YP18R0015/listing.html)
- Place of Performance
- Address: 17800 Camp Williams Rd, Bluffdale, Utah, 84065, United States
- Zip Code: 84065
- Zip Code: 84065
- Record
- SN04993970-W 20180718/180716231419-6160f26036c6c2675f54078ec7e196fd (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 |