SOURCES SOUGHT
70 -- EMC Maintenance Support - S.S.S. Documents
- Notice Date
- 9/5/2012
- Notice Type
- Sources Sought
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- F4FTMP2194AC02
- Archive Date
- 9/25/2012
- Point of Contact
- Kent C. Anderson, Phone: 9376567330
- E-Mail Address
-
kent.anderson@wpafb.af.mil
(kent.anderson@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Bill of Materials Source Sought Synopsis document This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This Sources Sought Synopsis is conducted to identify potential sources capable of meeting the requirements for providing EMC hardware maintenance for the AFMC Enterprise Storage Network. Please review, in this order, the Sources Sought Synopsis, Bill of Materials with and the List of Locations where maintenance support will be provided. The contractor must provide clear evidence that they can provide maintenance support to the items listed in the Bill of Materials. The EMC hardware maintenance for the AFMC Enterprise network includes, but is not limited to, providing operating and planning solution recommendations for architecture along with execution of infrastructure support. The contractor will be the primary point of contact for storage management, administration, architectural design, planning and mission support. The contractor will provide all labor, supervision, materials, transportation, etc. necessary to complete the hardware maintenance support on these systems. The Air Force installations where maintenance will be provided are geographically separated and the contractor will be required to provide maintenance for these locations. The total effort is approximately 7 locations. A list of equipment locations is provided in the bill of materials. The Air Force anticipates utilizing a commercial contract for this award. The Air Force anticipates the contract to be effective from 30 SEP 2012 through 29 SEP 2013. The Air Force anticipates this acquisition will utilize procedures outlined in FAR Part 12-Acquisition of Commercial Items. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 334112, size standard 1000 employees. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM profile. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a capabilities package. Interested contractors shall review, fill-in and return the attached Capabilities Matrix and may also submit a 6-8 page capabilities document. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract and what the scope of the experience was. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. Please submit one (1) electronic copy of your response to Kent Anderson, email: kent.anderson@wpafb.af.mil. Statements should be submitted no later than 10 Sept 2012, 9:00 AM EST. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOpps website. If you have any questions, you may contact Kent Anderson at kent.anderson@wpafb.af.mil. See attached: 1. SS_Synopsis 2. Bill of Materials w/List of Locations
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F4FTMP2194AC02/listing.html)
- Record
- SN02868398-W 20120907/120906001112-de9466371e9cd7f2e0c492e59aa1f4c7 (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 |