SOURCES SOUGHT
99 -- Programming KENWOOD RADIOS
- Notice Date
- 4/13/2020 10:28:14 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- SER NORTH MABO (53000) GATLINBURG TN 37738 USA
- ZIP Code
- 37738
- Solicitation Number
- 140P5320Q0016
- Response Due
- 4/20/2020 12:00:00 AM
- Archive Date
- 04/27/2020
- Point of Contact
- Larsen, Geraldine
- E-Mail Address
-
geraldine_larsen@nps.gov
(geraldine_larsen@nps.gov)
- Awardee
- null
- Description
- THIS IS A Sources Sought Notice ONLY. The National Park Service currently intends to award a contract for Programming Kenwood Radios on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the National Park Service highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.� The proposed sole source Firm Fixed Price contract to Program Kenwood Radios for a Subscriber Service offerings on the Servier County TN Public Safety NXDX Trunked Radio systems. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements). Great Smoky Mountains National Park requires the following NEXEDGE Mobile and Portable radios, programming and accessories. Land Air Total Communications is the sole provider for Subscriber Service offerings on the Sevier County TN Public Safety NXDN Trunked Radio system. This is due to a Public / Private partnership whereas the individual departments own the subscriber radios and Land Air Total Communications owns the site infrastructure / frequencies and to maintain system integrity and security, Land Air is the sole system key holder for the system. This notice 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 National Park Service to contract for any supply or service. Further, the National Park Service is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The National Park Service will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive 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. NAICS Code 519190, 541511. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with ���respect to this acquisition and identify alternatives or solution solutions. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, 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. 3. 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. 4. 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. 5. Information to help determine if the requirement (item or service) 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. 6. Identify how the National Park Service can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the National Park Service approach/specifications/draft PWS/PRS to acquiring the identified items/services. Please understand the Government may or may not accept suggestion changes.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7df508aa3a8a4241ae4fca422bb3bf3a/view)
- Record
- SN05619693-F 20200415/200413230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |