Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2020 SAM #6644
SOURCES SOUGHT

D -- Audio-Visual Equipment Maintenance and Repair

Notice Date
2/5/2020 6:36:14 AM
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
COMMANDING GENERAL
 
ZIP Code
00000
 
Solicitation Number
M6700120Q1109
 
Response Due
2/11/2020 1:00:00 PM
 
Archive Date
05/31/2020
 
Point of Contact
Chris Rabassi, Phone: 9104511244, Laurie Lenser, Phone: 9104511467
 
E-Mail Address
chris.rabassi@usmc.mil, laurie.lenser@usmc.mil
(chris.rabassi@usmc.mil, laurie.lenser@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought Notice for commercial services performed in accordance with this notice. This announcement constitutes the only notice for sources sought. Request for company background and capabilities brief are being sought and requested for this notice. An official solicitation notice is NOT applicable at this time. The proposed acquisition is to be openly competed and the applicable NAICS is 811213 with a size standard of $12 million annually. Any quotes provided will not be accepted, or considered, in response to this sources sought. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement for consideration in the overall acquisition strategy, as well as to promote competition. Historically this type of requirement has been procured on a 100% small business set-aside basis. Marine Corps Installation-East (MCI-East) Contracting Department is seeking information from all business types to reassess the market and its capability. This information will also help in determining the appropriate level of competition and/or SB subcontracting goals for this requirement. Submit written responses to Chris Rabassi via email at chris.rabassi@usmc.mil, no later than 4:00 PM, 11 February 2020. BRIEF DESCRIPTION: The contractor shall provide maintenance for hardware and software, software upgrades, and material support services.� Any contractor furnished software must be compatible with the existing operating system.� �No maintenance shall be performed on certified equipment that would void the existing warranties. This is turn-key, rapid-response coverage for hardware, software, labor, and services for the current technical configurations in the current environment.� The audio, video wall system and VTC consist of components manufactured by:� In-View, Extron, Crown, HP, Lectronics, Extron, Smart Tach, Crestron, LG, Wolf, Furman, Tanberg, Sony, Sennheiser, QSC, KSI, TOA Listen Technologies, Draper, Samsung, Mackie, Tascam, Netgear, Panasonic, Market Central, Shure, Tannoy CMS, JBL, Polycom, Juice Goose and AKG.��� Specific model numbers will be provided as part of the official solicitation.� Maintenance Support.� Standard support coverage from 7:30 AM (local time) to 5:00 PM (local time), Monday through Friday.�� Trained and certified technicians must arrive on-site within a four hour time frame of notification. Unlimited telephone technical support.� Technical Help Desk will perform (with the customer�s assistance) preliminary troubleshooting, remote diagnostics and if possible a video test call to identify the problem before ordering parts for shipment.� For issues that cannot be resolved remotely, the contractor will provide on-site technical support to return covered hardware products to operational condition, repairing or replacing components or entire units as necessary.� Coverage includes all required parts, materials, labor, and travel.� Remote services must be available 24 hours per day, every day, including all holidays. Contractor must repair, or replace defective equipment within a 48 hour timeframe.� All equipment repair or replacement costs must be included in the total price of the awarded contract to include travel. Escalation management.� Contractor shall establish escalation procedures to enlist specialized expertise from the contractor and/or selected third-party hardware and software vendors as required. Software Updates and Licensing.� Complete contractor and selected third-party software products and documentation updates will be made available to the system manager.� Contactor shall receive licenses for updates and copy each update to all systems covered by original software license.� The contractor will be responsible for providing all required licenses and software upgrades at no additional cost to the Government.� In addition, the contractor must provide for recertification of the operating system at the conclusion of the final contract period. Electronic support.� The Government will provide access to the electronic support facility for software patches, a symptom-solutions database, product descriptions, specifications, technical literature. Preventive Maintenance. �Contractor must perform all preventive maintenance on an annual basis.� Date and time of the inspection will be coordinated with the MCLBA/CISD AV/VTC Coordinator at least 14 days in advance. This preventive maintenance is intended to prevent or significantly minimize the need for routine service calls or equipment failure.� INFORMATION REQUESTED: Specifically, MCI-East is seeking written responses (contractor format is acceptable) to the following strategic sourcing and company specific questions (Any information provided is voluntary. Telephone calls will not be accepted): Is your business Small or Large? If small, is your business a small business concern? If yes, which type?� (8A, SDVOSB, WOSB, etc�) In order to support this requirement in the Albany area: Is your business capable of supporting a service contract with short response times? If yes, please providing supporting documentation, such as previous projects or government contracts awarded. What were your strengths? What were your deficiencies? How have you remedied deficiencies? Or improved? � In addition to the above, please provide the following information: Company's Name, Business Address, Point of Contact (POC), telephone, and fax number. Include business size/type (Large, Veteran-Owned, 8a, HUBZone, SDB, JWOD, Women-owned, etc), cage code, email address, website (if applicable), GSA contract number (if applicable), experience, and an overview of your company.� This announcement is not a contract, a request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b8c2502248074d61b19271d01a377325/view)
 
Place of Performance
Address: Albany, GA 31704, USA
Zip Code: 31704
Country: USA
 
Record
SN05553031-F 20200207/200205230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.