SOURCES SOUGHT
D -- Provide and install 1 GIG connection WiFi hotspot in Carlyle Lake visitor center - PWS - RFI
- Notice Date
- 11/4/2016
- Notice Type
- Sources Sought
- NAICS
- 517911
— Telecommunications Resellers
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- PL8211IQOCarlyle
- Archive Date
- 12/3/2016
- Point of Contact
- Andrew Fernandez, Phone: 6182299414, Michael Leonard,
- E-Mail Address
-
andrew.r.fernandez.civ@mail.mil, Michael.r.leonard.civ@mail.mil
(andrew.r.fernandez.civ@mail.mil, Michael.r.leonard.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information for Carlyle Lake COOP site Performance work statement REQUEST FOR INFORMATION Defense Information Systems Agency (DISA), Defense Information Technology Contracting Organization (DITCO) is seeking information from industry to assist with the small business planning for new requirements. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTES (RFQ). NO SOLICITATION IS AVAILABLE AT THIS TIME. 1. The Defense Information Systems Agency (DISA), Defense Information Technology Contracting Organization (DITCO), Inquiry, Quote, Order (IQO) section is conducting this Request for Information (RFI) as market research to determine whether there is sufficient telecomm companies capable of delivering this requirement in support of the Warfighter. The results of this RFI will be used to determine if future IQO requirements be set-aside for small business, or if the IQO process should allow for unrestricted competition. 2. FAR Clause 52.219-14, titled, "Limitations on Subcontracting," requires by submission of an offer and execution of a contract, the contractor agrees that in performance of the contract for services (except construction): "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." In the mid-1990s, the Small Business Administration (SBA) Office of Hearings and Appeals (OHA) ruled that since most of the labor for these types of requirements was provided by long haul or Local Exchange Carriers (LECs) which are large businesses, they were "ostensible" subcontractors to the small business awardees and in violation of 52.219-14. 3. This Request for Information is soliciting responses to the following questions from all small and large business concerns which fall under the following North American Industry Classification System (NAICS) Codes: 517110: Wired Telecommunications Carriers and 517911: Telecommunication Resellers. Requested Information: A. In the past year, have you quoted any of the DITCO IQO requirements posted to FedBizOps? If not, do you plan to begin quoting these services? New telecommunications companies who are interested in doing business with DISA must have a Basic Agreement (BA) to do so. Please utilize the below link for the process of obtaining a BA: https://depsland.csd.disa.mil/html/vendor/vendorreference.html B. For new telecommunications companies not doing business with DISA currently. Are you providing any of these services in the commercial sector? If so, please list the services being provided. C. Were any CSAs awarded to your company by DITCO in the last year? D. What types of labor do personnel in your company perform when awarded requirements for Telecommunications? E. Does your company perform at least 50% of the labor costs on all awarded requirements, per FAR 52.219-14? Yes______ No______ F. Does your company have a point of presence at said location? If not, what is your nearest point of presence or central office that can support a 1 GIG connection? Yes______ No______ Location____________ RESPONSE GUIDELINES: Interested parties are requested to respond to this RFI with white paper. Submissions cannot exceed five (5), single spaced, 12-point type with at least one-inch margins on 8 1/2" X 11" page size. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Responses must specifically describe the contractor's capability to meet the requirements outlined in this RFI. Oral communications are not permissible. FedBizOpps will be the sole repository for all information related to this RFI. Responses should include the (1) Business name and address; (2) Name of company representative and their business title; (3) Small Business category if applicable, i.e., 8(a), Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Large, etc.); and (4) Applicable NAICS(s). Companies who wish to respond to this RFI should send responses via email no later than 18 November 2016 to Andrew Fernandez, Andrew.r.fernandez.civ@mail.mil and Michael Leonard, Michael.r.leonard.civ@mail.mil INDUSTRY DISCUSSIONS: DISA representatives may choose to meet with potential offerors and hold one-on-one discussions. Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks. QUESTIONS: Questions regarding this announcement shall be submitted in writing by e-mail to: Andrew Fernandez, Andrew.r.fernandez.civ@mail.mil Michael Leonard, Michael.r.leonard.civ@mail.mil Verbal questions will NOT be accepted. Answers to questions will be posted to FBO. The Government does not guarantee that questions received after 18 November 2016 will be answered. The Government will not reimburse companies for any costs associated with the submissions of their responses. DISCLAIMER: This RFI is not a Request for Quote (RFQ) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as quotes, nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification, and is in no way binding on the Government. FAR clause 52.215-3, "Request for Information or Solicitation for Planning Purposes", is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for informational purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked "Proprietary" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned, nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PL8211IQOCarlyle/listing.html)
- Place of Performance
- Address: 801 Lake Road, Carlyle, Illinois, 62231, United States
- Zip Code: 62231
- Zip Code: 62231
- Record
- SN04320709-W 20161106/161104233805-245d6ff64b3912993d9af87fe6afd4ae (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 |