SOURCES SOUGHT
58 -- NIH Main Campus Audio Video Telepresence Upgrade - Performance Work Statement (PWS) DRAFT
- Notice Date
- 6/12/2015
- Notice Type
- Sources Sought
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- NIHAI2015047
- Archive Date
- 7/14/2015
- Point of Contact
- Tamara K. McDermott,
- E-Mail Address
-
tamara.mcdermott@nih.gov
(tamara.mcdermott@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- DRAFT Peformance Work Statement for NIH Main Campus A/V Telepresence Upgrade Introduction This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) Size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Background, Purpose, Objectives The National Institute of Allergy and Infectious Diseases (NIAID), Office of Cyber Infrastructure and Computation Biology (OCICB) is currently seeking small business sources capable of providing qualified and experienced personnel, material, equipment, and facility resources - not otherwise provided by the Government - to perform upgrade and renovation of twenty-one (21) audio and video teleconferencing rooms located on the campus of the National Institutes of Health (NIH) in Bethesda, Maryland. These rooms are located within five separate buildings on the campus. The OCICB requires assistance with providing and installing a complete and operational Audiovisual System(s) that works in conjunction with Microsoft Lync. The operational turnkey system shall be seamlessly integrated to work with and over the existing network and conferencing infrastructure that is currently in place at NIAID. Project Requirements Successful offeror must have the knowledge, skill, ability, and resources to successfully perform the requirements provided in the attached draft Performance Work Statement (PWS). Offerors shall be expected to have experience and expertise to carry out a project of this size, scope, and complexity. Offerors must be able to demonstrate their capabilities installing audio/video systems with certified service, engineering and programming personnel. Offeror must demonstrate their ability to respond onsite within 2 hours of a service call. Offerors must demonstrate the ability to obtain and maintain a staff of installation and service personnel to maintain and install the specified system(s) in the PWS. The successful offeror shall be responsible for storing all of the procured A/V equipment and related components at an approved location and deliver the items onsite during the installation process. Offerors must be an authorized reseller and authorized service provider for the products furnished. Corporate certifications, as presented in the PWS, are required for this acquisition and offerors must provide evidence they meet this requirement. The Government anticipates making a single award Firm Fixed Price (FFP) contract. Anticipated Period of Performance It is anticipated that an award will be made on or about September 2015. Capability Statement/Information Sought All small businesses including veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns should respond with a capability statement by June 29, 2015 at 3:00 PM EST. (No large businesses should respond to this announcement.) Capability statements must reference similar work that has been performed by the contractor and the dollar value of that work. Respondents must also demonstrate past experience with contracts of similar size and scope. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, point of contact, email address, website address, telephone number, DUNS number and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting, teaming, or partnering is anticipated to successfully perform the requirements of the PWS, organizations should address the administrative and management structure of such arrangements. Capability document shall be no more than 15 pages. This notice is for small business respondents only. As such, capability statements should also include documentation indicating that offerors business size meets current standards as determined by the Small Business Administration's Table of Size Standards located at: (https://www.sba.gov/content/small-business-size-standards) for NAICS 334310. This SBA size standard is currently 750 employees, but is subject to change. Prospective offerors may also note whether they meet any other socio-economic business categories such as 8(a), Hub-Zone, or Service Disabled Veteran when submitting their capability statement. Submission Instructions Interested small businesses who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by June 29, 2015 at 3:00 PM EST. All responses under this Sources Sought Notice must be emailed to Tamara McDermott tamara.mcdermott@nih.gov. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. 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 qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIHAI2015047/listing.html)
- Place of Performance
- Address: National Institutes of Health (NIH), 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03762390-W 20150614/150612234620-ba3eb9180ab3532bc817780435e80928 (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 |