DOCUMENT
70 -- AUDIO VISUAL UPGRADE SOURCES SOUGHT - Attachment
- Notice Date
- 8/9/2012
- Notice Type
- Attachment
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
- Solicitation Number
- N0024412R0074
- Response Due
- 8/16/2012
- Archive Date
- 8/31/2012
- Point of Contact
- JUANA PEREZ
- Small Business Set-Aside
- N/A
- Description
- This sources sought is being published for market research purposes only to identify potential sources interested in providing Audio Video Upgrade Capabilities at the Commander U.S. Third Fleet in San Diego, CA. The contractor shall provide audio video equipment upgrade, labor, installation, supervision and incidental materials necessary to perform the Audio Video Upgrade. Please see attached Statement of Work. This is only a Sources Sought Synopsis and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect cost or charges to the Government will arise as a result of contractor ™s submission of responses or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFP. The Government is contemplating North American Industry Classification Systems (NAICS) Code 423610 - Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers for this requirement. The size standard is 100 Employees. Comments on this NAICS and suggestions for alternative NAICS must include rationale. No decision has yet been made regarding the type of set aside for this acquisition. However, in addition to large businesses the Government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The Government requests interested parties to submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, Small Business, and large business. All businesses are advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein the prime contractor must perform at least 50 percent of the work. Respondents shall indicate in their responses whether they qualify under NAICS Code 423610 with a size standard of 100 Employees as a small business. The Government contemplates a Firm Fixed Price contract. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement listed above. The statement of capability shall include: a. Vendor Name b. Address c. Point of Contact (POC) d. Contact Phone Number(s) e. Contact E-mail Address f. CAGE Code g. Business Category h. Company's Business Size (i.e. annual revenues and employee size) i. Brief Introduction of Company j. Security Clearance Level k. Anticipated Teaming Arrangements (delineate between work accomplished by prime and work accomplished by teaming partners) if applicable m. Description of Relevant Contract Experience (Government and Commercial) n. Contract Number ii. Requirements Description iii. Total Contract Value (to include initial award amount and any modifications (description and value) iv. Place of performance v. Organization to which contract is executed 1. POC Name 2. Phone Number(s) 3. E-mail address Current procedure price list for market research purpose only. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. Capability Statements must demonstrate that the potential Offeror understands the SOW requirements and their interrelationships. It must demonstrate the potetnial offeror ™s familiarity with the detailed aspects of the requirements, and clearly show that the potential offeror correctly interpreted all of the requirements. Offerors are cautioned against restating SOW requirements in their Capability Statement, particularly with regard to technical requirements and must state how the requirements will be met. Statements such as "the contractor understands" and "the contractor shall/can comply", along with responses that paraphrase the Sources Sought Notice are inadequate. The use of phrases such as "standard practices" (with a specific government reference or industry reference) does not indicate that a potential contractor understands the requirements and will likely result in determination that contractor does not meet the requirements. Again, any information submitted by the respondents to this source sought synopsis is strictly voluntary. The company's standard format is acceptable; however, the limit for all responses is not to exceed twenty (20) single-sided, 12 font size, 8 ½ x 11-inch pages. Since contractors will be working around classified spaces this project requires all contractors performing services must have a security clearance of SECRET at the time of award. All Contractors doing business with the Federal Government must be registered the U.S. Contractor Registration System SAMS at https://www.sam.gov. Contractor is responsible for ensuring contractor Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) are current. Potential offerors are responsible for monitoring this site for the possible release of the solicitation package. Only electronic responses shall be accepted by e-mail or fax. Response shall be received no later than 10:00 A.M. (1000 hrs) Pacific Standard Time (PST), Thursday, 16 August 2012. Each submission should be virus scanned prior to being sent via e-mail to the POCs listed: Ms. Juana Perez email: juana.perez@navy.mil with AUDIO VISUAL UPGRADE in the subject line. Fax number (619) 556-9781 Attn: Juana Perez. NOTE: Email submissions are subject to size and type restrictions (typically limited to less than 1 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the package was received and can be viewed. All responses must address each of the above stated requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412R0074/listing.html)
- Document(s)
- Attachment
- File Name: N0024412R0074_PWS_R57087218870021-Revised108092012.docx (https://www.neco.navy.mil/synopsis_file/N0024412R0074_PWS_R57087218870021-Revised108092012.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0024412R0074_PWS_R57087218870021-Revised108092012.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0024412R0074_PWS_R57087218870021-Revised108092012.docx (https://www.neco.navy.mil/synopsis_file/N0024412R0074_PWS_R57087218870021-Revised108092012.docx)
- Record
- SN02833143-W 20120811/120810001005-84cb8ed9b87222c90f2df5b7d185c3e4 (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 |