SOURCES SOUGHT
70 -- Video Teleconferencing Hardware & Ancillary Equipment, Maintenance and Support Services - Statement of Work
- Notice Date
- 7/6/2016
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-16-R-0078
- Archive Date
- 7/22/2016
- Point of Contact
- Kristin Nelson, Phone: 3017579737
- E-Mail Address
-
kristin.nelson@navy.mil
(kristin.nelson@navy.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Sources Sought Statement of Work (SOW) VTC Hardware, Ancillary Equipment, Maintenance and Support Services 07-06-2016 DESCRIPTION: The Naval Air Systems Command (NAVAIR) Aircraft Division, Patuxent River (also referred to as the Naval Air Warfare Center Aircraft Division (NAWCAD)) is seeking eligible Section 8(a) business firms who are capable of providing Polycom and Cisco brand name Video Teleconferencing (VTC) hardware and ancillary equipment. Following that objective is the requirement of optional installation/ integration services, and then required maintenance/ support services to facilitate technology lifecycle management. Services shall include support of previously purchased Government Furnished Equipment (GFE) VTC/ ancillary equipment currently in use at the Naval Air Systems Command (NAVAIR) offices throughout the United States and its territories as well as new materials purchased through a new contract vehicle. This includes, but is not limited to, the following core sites: Lakehurst, NJ; China Lake, CA; Point Mugu, CA; Orlando, FL; Jacksonville, FL; Cherry Point, NC; and North Island, CA. The intent is to provide a contract vehicle which allows for the procurement of VTC-related hardware, software, installation/ integration, and maintenance services, a la carte or as turn-key system installation/integrations. These items shall be compatible with the existing Polycom HDX series VTC infrastructure and Polycom RMX and RPRM series infrastructure. This will be a Section 8(a) small business competition for Federal Supply Code (FSC) 7050- ADP Components under North American Industry Classification System (NAICS) code 541519-This U.S. industry comprises Information Technology Value Added Resellers. This will be a Firm-Fixed Price (FFP) contract which will consist of a base and four (4) option years. The anticipated period of performance will begin on 1 July 2017. See attached Draft Statement of Work (SOW) for information on requirements of equipment, support, and delivery. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY; IT IS NOT A REQUEST FOR PROPOSAL. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. This announcement is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a request for proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. Any information submitted by respondents to this technical description is strictly voluntary. SUBMISSION DETAILS: Interested vendors are requested to submit a capability statement (25 page maximum) no later than 12:00 pm (Eastern Standard Time), 21 July 2016. All capability statements should address the following: 1. Ability to meet or exceed this requirement by providing: a. Polycom and Cisco brand name VTC equipment (must be an authorized reseller) b. Ancillary VTC materials c. Installation and Integration support services d. Required annual maintenance for both previously purchased and new VTC equipment 2. Prior/current corporate experience performing efforts of similar size and scope within the last 3 years, including Contract Number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract related to the services described in the SOW 3. Company profile to include number of employees, annual revenue history, office location, DUNS number, CAGE code and a statement regarding current small business size status to include socio-economic status, if applicable 4. Any Government Wide Acquisition Contracts (GWAC) of which the vendor is a current contract holder The capability statement package shall be sent by to email to Kristin.nelson@navy.mil Questions or comments regarding this notice may be addressed electronically to Kristin Nelson at Kristin.nelson@navy.mil. No phone calls will be accepted or returned. Information and materials submitted in response to this announcement WILL NOT be returned. Classified material SHALL NOT be submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-16-R-0078/listing.html)
- Place of Performance
- Address: Naval Air Warfare Center Aircraft Division Patuxent River, Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN04172930-W 20160708/160706235214-dacab39039bf4f869fc4de00ee1f2119 (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 |