SOURCES SOUGHT
70 -- Digital Background - Draft SOW
- Notice Date
- 6/17/2016
- Notice Type
- Sources Sought
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Defense Contract Management Agency, Defense Contract Management Agency, DCMA AQ, 3901 A Ave, BLDG 10500, Fort Lee, Virginia, 23801-1809, United States
- ZIP Code
- 23801-1809
- Solicitation Number
- S5121AJBDIGITAL
- Archive Date
- 7/21/2016
- Point of Contact
- Justin C Balster, Phone: 8047341534
- E-Mail Address
-
justin.balster@dcma.mil
(justin.balster@dcma.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment Draft Statement of Work THIS IS A Sources Sought Announcement ONLY. The Defense Contract Management Agency (DCMA) has the requirement for an automated digital information system that can be deployed agency-wide on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting this requirement. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 517110, Wired Telecommunication carriers with a size standard of $4 million. A continuing need is anticipated for the an automated digital information system than can be deployed agency-wide which will allow the directors command messages (another executive directors' messages) to be displayed at DCMA Headquarters and other Contract Management Offices (CMOs) and allow the Public Affairs Office (PAO) office at Head Quarters (HQ) the ability to create content and then have it pushed to the CMOs television systems across CONUS and OCUNUS locations. The system shall allow for the following basic functions for the entire DCMA agency (CONUS/OCONUS): •Schedule Weekly programming •Program and move information panes •Enable a Mass Alert Notification •Import PowerPoint Presentations •Change cable stations •Live-stream video from the internet •Receive RSS data feeds from government organizations •Design and edit a professional, front-facing display •User friendly interface •Customizable •Expandable (Keep in mind future expansion with cost) •Be installed in multiple locations (CMOs) and have information sent/fed to it from the PAO at HQ. Please refer to the attached draft Statement of Work. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the government can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. 7. Recommendations to improve the approach/specifications/draft PWS or technical data to acquiring the identified items/services. 8. Please provide your responses NLT 5 July 2016 by 1000 EST to the contract specialist, Justin C Balster, at Justin.balster@dcma.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DCMA/DSPPMRO/DCMA-OCB/S5121AJBDIGITAL/listing.html)
- Place of Performance
- Address: 3901 A Avenue, Building 10500, Fort Lee, Virginia, 23801, United States
- Zip Code: 23801
- Zip Code: 23801
- Record
- SN04153819-W 20160619/160617234418-505ff000b798d1707d4945eeee664a7a (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 |