Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2024 SAM #8179
SOURCES SOUGHT

N -- Installation of the Installation Notification and Warning System (INWS)

Notice Date
4/17/2024 2:21:04 PM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
W7NW USPFO ACTIVITY ORANG 173 KLAMATH FALLS OR 97603-2108 USA
 
ZIP Code
97603-2108
 
Solicitation Number
W50S8Z-24-Q-0008
 
Response Due
4/30/2024 1:00:00 PM
 
Archive Date
05/15/2024
 
Point of Contact
Phillip Chik, Phone: 9713354219, Caitlin Thinnes, Phone: 541-885-6495
 
E-Mail Address
phillip.l.chik2.civ@army.mil, caitlin.thinnes.1@us.af.mil
(phillip.l.chik2.civ@army.mil, caitlin.thinnes.1@us.af.mil)
 
Description
1. General:�This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 2.� Contract Information:�The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining the category of Small Business Set-Aside. The proposed North American Industry Classification System (NAICS) Code is 238210, Electrical Contractors and Other Wiring Installation Contractors, which has a corresponding Size Standard of $19 million dollars. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in any business, including 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 applicable and identify your small business status to the identified NAICS code.� 3. Requirement: 173d Fighter Wing, is seeking sources for the installation of the Installation Notification�and Warning System (INWS) at Kingsley Air National Guard Base, Klamath Falls Oregon. The INWS project includes installation, configuration,�and integration of a Wide-Area Mass Notification System (aka Giant voice)�and Indoor Mass Notification Systems (to include visible and audible�devices) for identified facilities. The system shall be integrated with�associated Network Centric Alerting System (NCAS), automated telephone�(robo) calls, Simple Message Service (SMS) text alerts, simultaneous LMR�and Giant Voice activation. The system shall interface to the base Public�Address (PA) system and provide alert precedence override from both the�MNS Control station (overrides PA head-end equipment), and from the�individual building MNS Autonomous Control Unit (ACU) (for single�building override) in accordance with the Performance Work�Statement�(PWS) and associated documents. These documents will NOT be shared at�this time. Contractor must be able to�interface equipment with existing fire alarm panels in each building.�� 4. Submission Instructions:�Responses to this sources sought notice must be submitted electronically (via email). The Paint Booth Sources Sought Info Request Form needs to be completed when responding to the sources sought. Please send your response and attachments to Caitlin Thinnes, Contracting Specialist, at caitlin.thinnes.1@us.af.mil or Phillip Chik, Contracting Officer at phillip.l.chik2.civ@army.mil by 1:00pm Pacific Daylight Time Thursday, 30 April, 2024. A contractor�s response to this Sources Sought shall be limited to the information sheet and five (5) additional pages of information for past performance or experience which may help in market research for industry capacity and shall include the following information: (information requirements below are on the attached response sheet) Contractor�s name, address, point of contact, phone number, email address and CAGE code. Contractor�s small business category and business size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service- Disabled Veteran-Owned Small business(SDVOSB). Provide a maximum of two examples of projects similar in size, scope, and complexity with a brief description of each project, customer name, contract number, and the dollar value. Projects considered similar in scope to this project include a variety of field support requirements for the same projects simultaneously. Provide additional relevant information on the contractor�s experience/capabilities as it pertains to the proposed work outlined. 5. Disclaimer:�This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualification to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published on www.SAM.gov. However, responses to this notice will be considered adequate to a solicitation. All interested partied must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5e188c461e224176b98ab53640aab82b/view)
 
Place of Performance
Address: Klamath Falls, OR 97603, USA
Zip Code: 97603
Country: USA
 
Record
SN07034232-F 20240419/240417230104 (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 |
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.