Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2022 SAM #7404
SOURCES SOUGHT

J -- Giant Voice Upgrade

Notice Date
3/7/2022 4:44:43 PM
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
FA6703 94TH CONTRACTING FLIGHT PK DOBBINS AFB GA 30069-4900 USA
 
ZIP Code
30069-4900
 
Solicitation Number
FA670322R0003
 
Response Due
3/14/2022 12:00:00 PM
 
Point of Contact
Leslie Christoferson, Cynthia D. Weaver
 
E-Mail Address
leslie.christoferson@us.af.mil, cynthia.weaver@us.af.mil
(leslie.christoferson@us.af.mil, cynthia.weaver@us.af.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice is issued solely for informational planning purposes and market research in accordance with Federal Acquisition Regulation (FAR) Part 10 and shall not be construed as a solicitation or obligation on the part of the Government. The intent of this notice is to identify qualified businesses interested in and capable of providing the required services. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition is in the Government's best interest. The Government is interested in all socioeconomic contracting programs. If adequate responses are not received, the acquisition may be solicited on a �full and open� basis. The 94th Contracting Flight is conducting market research to identify potential firms that have the skills, experience, knowledge and capabilities required to upgrade the existing Giant Voice (GV) System at Dobbins Air Reserve Base (ARB), Marietta, Georgia.� The Contractor shall provide all equipment, software, license, wiring, CAT 6 cabling, electrical power, tools, materials, supplies, transportation, labor, supervision, management, and/or other incidentals necessary to engineer, design, furnish, install, and test (EDFI&T) a turnkey GV System that includes outdoor GV and indoor �small voice� for Command and Control (C2) buildings. Equipment from the existing GV System shall be utilized to the maximum extent possible for the required upgrade. The Contractor shall install the upgraded components and all required support infrastructure. The anticipated period of performance is 270 days. The applicable North American Industry Classification Systems (NAICS) Code is 811213 � Communication Equipment Repair and Maintenance. The applicable small business size standard is $12M.�� If this effort is to be set aside for small business concerns, then a clause such as FAR 52.219-14, Limitations on Subcontracting, may apply. �If applicable, the prime contractor will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded.�When a�contract�includes both services and�supplies�, the 50 percent limitation�shall�apply only to the service portion of the�contract. Responses received to this notice will be used by the Government to make the appropriate acquisition decision. Responses to this Sources Sought shall include: Company profile, including name of business, CAGE code, DUNS number, physical/mailing address, and Company POC. Capability Statement (no more than 5-pages in length) Brief Description of Company�s experience within the past three (3) years of work similar in magnitude and scope Documentation of current socio-economic status (e.g. HUBZone SB, SDVOSB, WOSB, etc.) All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone SB, SDVOSB, WOSB or SB concerns. Failure to submit all information requested may result in a contractor being considered �NOT INTERESTED' in this requirement. All interested parties, regardless of business size, are invited to submit their responses to Leslie Christoferson, Contract Specialist, (leslie.christoferson@us.af.mil) with an email copy to Cynthia Weaver, Contracting Officer (cynthia.weaver@us.af.mil). All responses must be sent by email. Facsimiles will not be accepted. All responses must be received before 3:00 PM (EST) Monday, 14 March 2022 to be considered. Please note:� All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database (https://sam.gov). This Sources Sought Notice is NOT a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government's use of such information
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b070198e5110426ab83efe73325496a7/view)
 
Place of Performance
Address: Marietta, GA 30069, USA
Zip Code: 30069
Country: USA
 
Record
SN06259467-F 20220309/220307230058 (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.