Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
SOURCES SOUGHT

R -- Seismic Station Operations and Maintenance Support Program

Notice Date
8/20/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
FA7022-12-C-SSMS
 
Archive Date
9/19/2012
 
Point of Contact
Jack May, Phone: 321-494-4220, Patricia K Bosinger, Phone: 321-494-0998
 
E-Mail Address
jack.may@patrick.af.mil, pat.bosinger@patrick.af.mil
(jack.may@patrick.af.mil, pat.bosinger@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AF ISR Agency/A7KR issues this sources sought synopsis for information and planning purposes for a follow-on contract for the Seismic Station Operations and Maintenance Support Program. This synopsis is not to be construed as a commitment by the government nor will the government pay for information solicited. The services to be acquired are primarily concerned with the operation and maintenance of seismic stations in various locations worldwide. The contractor must demonstrate the capability to provide the following: (1) operate and maintain a seismic station, which includes integrated commercial-off-the-shelf (COTS) components with non-standardized and site-specific configurations, or similar remote station such as a radar station; (2) have experience in maintaining a workforce and operating a station in overseas locations ?; (3) operate a station in a remote location with hazardous conditions; and (4) maintain a highly skilled technical workforce capable of operating and maintaining a diverse set of subsystems to include: data acquisition system, power production, computer and communications, state-of-health, grounding, and authentication. A firm-fixed price contract is contemplated with a one-year basic contract period and six, 1-year options. The applicable North American Industry Classification System (NAICS) code is 541330 and size standard of $4.5M No technical or solicitation documents exist at this time. Interested offerors having the required specialized capabilities to meet the above requirements should submit a capability statement of five (5) pages or less indicating their ability to perform all aspects of the effort described herein. Firms must respond electronically to Mr. Jack May at jack.may@patrick.af.mil and Ms. Patricia Bosinger at patricia.bosinger@patrick.af.mil no later than close of business on 4 September 2012. NO PHONE CALLS WILL BE ACCEPTED. Firms responding must state whether they are a Small Business (SB). Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American firm, Alaskan Native American firm, a HUBZone firm, a Veteran-Owned Small Business Concern, a Service-Disabled Veteran-Owned Small Business Concern, a participant in the Very Small Business Pilot Program, or a large business based on the size standard above. The government reserves the right to set this acquisition aside for any of the above type organizations based on the responses received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4003c84741f73c8b14ebca4a5bedd297)
 
Place of Performance
Address: TBD, United States
 
Record
SN02846960-W 20120822/120820235903-4003c84741f73c8b14ebca4a5bedd297 (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.