SOURCES SOUGHT
N -- Communications Data Infrastructure Support Services (CDISS) - DRAFT PWS NEC FH CDISS
- Notice Date
- 9/18/2018
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Hood, 36000 Darnall Loop, Room 1300B, Fort Hood, Texas, 76544-5095, United States
- ZIP Code
- 76544-5095
- Solicitation Number
- W91151-19-R-0002
- Point of Contact
- Fredicinda D. Jones, Phone: 2542873999
- E-Mail Address
-
fredicinda.d.jones.civ@mail.mil
(fredicinda.d.jones.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Technical Exhibit B Technical Criteria Technical Exhibit A Installation Guide Draft PWS NEC CDISS SOURCES SOUGHT SYNOPSIS Communications Data Infrastructure Support Services (CDISS) This Sources Sought Notice ONLY. The U.S. Government desire to provide Communications Data Infrastructure Support Services in support of Network Enterprise Center (NEC) Fort Hood (FH), Texas 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 the requirement at a fair market price. 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 at the Federal Business Opportunity (FedBizOpps). 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: 238210 Electrical Contractors and Other Wiring installation Contractors and business size is $15 Million. Attached are the draft Performance Work Statement (PWS) and Technical Exhibits. Special Qualifications: The contractor shall provide a work force possessing the experience, skills, knowledge, and training to satisfactorily perform the services required by this contract. Personnel performing work under this contract shall be United States citizens remain employees of the contractor and shall not be considered employees of the Government. Work site lead technical personnel shall be Building Industry Consulting Services International (BICSI) Registered Cabling Installers, Technician Level. In lieu of BICSI certification, personnel shall have a minimum of 5 years' experience in the installation of the specified copper and fiber optic cable and components and be knowledgeable in DoD and TIA/EIA standards applicable to the work they are overseeing. They shall have factory or factory approved certification from each equipment manufacturer indicating that they are qualified to install and test the provided products. Technicians not meeting these standards must be supervised at all times by one or more onsite technical lead meeting the training and/or certification standards. The Government anticipates one (1) Base Year of 12 months and four (4) 12 month option years. 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 service 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 Army 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. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Please send your capabilities statements and responses to Contract Specialist, Fredicinda D. Jones at fredicinda.d.jones.civ@mail.mil and Contracting Officer, Sharon V. Jones at sharon.v.jones.civ@mail.mil. Responses are due in this office no later than 2:00 p.m. CST, on 2 October 2018 and shall be electronically submitted. Please label all responses with NEC Fort Hood CDISS. No Government contract can be awarded to a vendor who is not actively registered in the System for Awards Management (SAM). For information regarding registration requirements, you are encouraged to visit https://www.sam.gov. All information collected in response to this request for information will become property of the U.S. Army and will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ff8abdcf45f3cb3ab675309aa6e160d0)
- Place of Performance
- Address: Main Post Area, North, West Fort Hood and part of Belton Lake., Fort Hood, Texas, 76544, United States
- Zip Code: 76544
- Zip Code: 76544
- Record
- SN05094526-W 20180920/180918231151-ff8abdcf45f3cb3ab675309aa6e160d0 (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 |