SOURCES SOUGHT
T -- Audio Visual (AV) Support and Design Services
- Notice Date
- 5/6/2022 7:27:45 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ22I5622
- Response Due
- 5/23/2022 12:00:00 PM
- Point of Contact
- Allison Hudson
- E-Mail Address
-
allison.b.hudson@usace.army.mil
(allison.b.hudson@usace.army.mil)
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS NOTICE, OR TO CONTRACT FOR SERVICES. The U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) is conducting research to evaluate industry�s capability to provide support and design services for audio visual (AV) equipment. The overall objective is to ensure the Geotechnical and Structures Laboratory (GSL) conference rooms always remain fully operational and ready for use to support ongoing research activities. The ERDC is the Tri-Service Reliance Lead Laboratory in the Civil Engineering subareas of Military Transportation Infrastructure (Airfields, Roads, Bridges, Railroads, Ports, and Dams), Sustainment Engineering, Survivability and Protective Structures (S&PS) and the lead in the Environmental Quality subarea of Installation Restoration.� The Army�s Civil Works Research Program and the Army�s and DoD�s Research, Development, Testing & Evaluation (RDT&E) Programs are complemented by diverse reimbursable programs from Corps Districts and Divisions, HQUSACE, the Defense Threat Reduction Agency, the US Air Force and US Navy, numerous Army MAJCOMs, and state and local governments.� The GSL of the ERDC is the Army�s lead agency for research, development, testing, and evaluation in the civil engineering areas of S&PS, Sustainment Engineering, and Military Transportation Infrastructure.� The Government intends to award a single Firm Fixed Price (FFP) and Time and Materials (T&M) type contract with a base year and two option years (totaling three years if options are exercised). � The DRAFT Performance Work Statement (PWS) is attached. Please note this is subject to change. The purpose of this Request for Information (RFI) is to obtain availability of vendors and to determine interest in participation before a Request for Proposal (RFP) is released for the required services. Respondents are requested to review the attached DRAFT PWS and submit responses to the following questions: Contact information: Interested organizations should respond by providing the Government the following information; point of contact, address, telephone, email address, and CAGE code. Capabilities Statement: If interested, is your company capable of providing the services required?� General questions(s): If any, relating to the PWS that need to be clarified prior to release of a RFP. Please provide the above information no later than 2:00 PM Central Standard Time on 23 May 2022. Responses should be emailed to Allison Hudson at Allison.B.Hudson@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b8bd5068cc0c4c8c90a75aa8c4fff23e/view)
- Place of Performance
- Address: Vicksburg, MS 39180, USA
- Zip Code: 39180
- Country: USA
- Zip Code: 39180
- Record
- SN06320335-F 20220508/220506230059 (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 |