Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2012 FBO #3966
SPECIAL NOTICE

10 -- Letter of Intent to Sole Source Small Business set-a-side. This will be evaluated on Technically Acceptable/Past Performance/Delivery/Lowest Price.

Notice Date
10/1/2012
 
Notice Type
Special Notice
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH13T0001
 
Archive Date
12/30/2012
 
Point of Contact
Wanda D. King, 301 619-2376
 
E-Mail Address
US Army Medical Research Acquisition Activity
(wanda.d.king@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent to Sole Source 01 October 2012 Notice Type: Intent to Sole Source Dated Posted 01 October 2012 Office Address: United States Army Medical Research Acquisition Activity ATTN: MCMR-AAA-B 820 Chandler Street Fort Detrick, MD 21702-5014 Telephone: 301 619-2376 FAX 301 619-0350 Email: wanda.d.king@us.army.mil Solicitation # W81XWH-13-T-0001 NOTICE TEXT: The United States Army Medicinal Research Acquisition Activity (USAMRAA) intends to negotiate, on a sole source basis, a Firm Fixed Price Contract for a requirement for Audio Visual (A/V) systems support and maintenance, continued development, design, procurement, integration/installation, and user training of its various A/V systems, including video-teleconferencing (VTC) systems. This requirement will be supporting. The Joint Welfare Analysis Center (JWAC) located 4048 Higley Road, Dahlgren, Virginia 22448-5144, IAW FAR 6.302-1 (1) (ii). The work accomplished by JWAC involves various high-level meetings, reviews and briefings with flag level and other Government personnel. Evaluate and provide analysis to the many issues regarding the country's national defense. With provision of providing services for conference room facilities in supporting the communications process and maximize a state of the art A/V system. Due to the extensive experience and past performance with JWAC, as well as knowledge and familiarity with JWAC. Integrated Communication Systems, Inc. (ICS) small business is the only company with such a comprehensive full service of providing the A/V systems coupled with equipment meets the staff needs and competence with intentions that JWAC and is prepared to support and maintain all systems as being the state of the art level, to ensure maximum efficiency is achieved and conducted within these environments. The longer the A/V systems go without routine maintenance and repair, the greater the risk of temporary or extended down-time. It would take a new contractor 60 to 90 days to transition due to the complexity of JWAC's A/V systems and variety of its components. Therefore, the risk JWAC's A/V system operational readiness would greatly be impacted, as being a premier science and engineering institution tasked with solving complex challenges for the nation's war fighters. JWAC uses social and physical science techniques and engineering expertise to assist war fighters in support of our national security. The service is to provide immediate response by telecommunications within a designated time frame of the initial incident. This is for mission critical A/V systems that require minimum equipment and system downtime. JWAC coordinates directly with the staffs of all United Commands, Combatant Commands, Department of Defense elements, military services, and other government departments and agencies in order to protect our country and help our nation's Armed Forces accomplish their missions. It is crucial to keep the A/V systems as effective and efficient alternative to support at all times. The contract is a bridge and will cover 6 months starting 01 November 2012 through 31 May 2013, with one option period of 6 months if needed. All capability statements received by closing of this notification of this synopsis will be considered by the Government as a small business set-a-side. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normal be considered solely for the purpose of determining whether to conduct competitive procurement. The Government will not be responsible for any costs associated with responses to this notification. Based on the above information, the only technically accepted contractor to provide this service and equipment is ICS, 72 Country Manor Drive, Fredericksburg, VA 22406-7278. Submit email capability statements to Wanda King at wanda.d.king@us.army.mil. Statements are due no later than 8:00 A.M. Eastern Time on 16 October 2012. Contracting Office Address: U.S. Army Medical Research Acquisition Activity, ATTN: MCMR-AAA-B, 820 Chandler Street, Frederick, MD 21702-5014
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH13T0001/listing.html)
 
Record
SN02905223-W 20121003/121001234500-41f6d12996ba05c38a1445ee735c6669 (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.