SOURCES SOUGHT
67 -- Secure VTC system upgrade, 22AF Command Post
- Notice Date
- 12/22/2022 7:25:30 AM
- Notice Type
- Sources Sought
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- FA6703 94TH CONTRACTING FLIGHT PK DOBBINS AFB GA 30069-4900 USA
- ZIP Code
- 30069-4900
- Solicitation Number
- FA670323VTC
- Response Due
- 1/12/2023 11:00:00 AM
- Point of Contact
- Kevin Song, Phone: 6786553695, Fax: 6786555612, Patrina Sheffield, Phone: 6786555778, Fax: 6786555612
- E-Mail Address
-
kevin.song@us.af.mil, patrina.sheffield@us.af.mil
(kevin.song@us.af.mil, patrina.sheffield@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Sources Sought for potential offerors to support the US Air Force Reserve located on Dobbins Air Reserve Base (ARB), GA. This is NOT a Request for Proposal (RFP) or an Invitation for Bid (IFB) and DOES NOT serve to bind the U.S. Government in any way. �Interested parties shall not be reimbursed for any costs associated with preparation of their responses. � 94th Contracting Flight, Dobbins ARB is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to identify potential firms that have the skills, experience, knowledge, and capabilities required to upgrade an existing Video Teleconferencing System. More specifically, Dobbins requires the following technical items to be located, replaced and enigneered, furnished, installed, and tested (EFI&T) for the 22 AF: Remove existing wall mounted screens and install a contractor provided 242� x 136� LED 2.0mm Video Wall device. Placement is on front wall. (Floor Plan attached) Remove 11 legacy speakers and install 10 contractor provided speaker system.�� Speaker system array should include at least 1 subwoofer.�� Remove 2 existing ceiling mounted legacy projectors, projectors will be reutilized by the 22 AF. Removal of current media table/rack system along with any existing, unused/formally used wiring between the rack & the conference table. Two (2) podiums shall be contractor provided and equipped with: Digital media switcher that allows system to control HDMI inputs/outputs to and from the video wall & 2 separate HDMI monitors, 1 HDMI Blu-ray, Interface connections for audio, 4-wired microphones, HDMI, Apple and PC inputs.� Multimedia A/V amplifier w/ mixer amp and subwoofer to provide audio from input devices to ceiling speaker system The three (3) new contractor provided touchscreen control panels (at least 7 inch) installed on Contractor provided podiums/head of table Install one (1) contractor provided rack for all components to include one (1) contractor provide HDMI Blu-Ray player & the NIPR codec. Install six (6) new contractor provided Wired microphones, 2 at the head of the table & two for each side of the conference tables. Note: preferably dual use microphones to be used with both NIPR/SIPR VTC systems, would make the requirement only 3 microphones.�� The North American Industry Classification System (NAICS) is 334310, (Size standard in number of employee 750). For a Contractor to be considered under one of the socioeconomic classifications, it MUST perform a minimum of 50% of the work with its own employees (FAR 52.219-14, Limitations on Subcontracting). Responses to this notice will be used by the Government to make the appropriate acquisition decision.� Contractor must be registered in Central Contractor Registry (CCR) (see internet site: http://www.sam.gov) Responses to this Sources Sought shall include: Business Name CAGE Code & DUNS Number Physical/Mailing Address Business Size Point of contact Firm's Capability Statement Socio-Economic Status: i.e. HubZone, Service Disabled Veteran Owned Small Business (SDVOSB), 8(a), Women Owned Small Business (WOSB), etc. The Capability Statements shall be no more than 5-pages in length. Interested parties can e-mail their capabilities and relevant history to Kevin Song at kevin.song@us.af.mil and Patrina Sheffield at Patrina.Sheffield@us.af.mil, no later than 2:00 p.m. Eastern Standard Time, Thursday, 12 January 2023. Facsimiles will not be accepted. � This Sources Sought serves as Market Research only, not a firm commitment on the part of the U.S. Government nor does it constitute an order. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.sam.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fb4c4d9a61b04af2aba48ae9c01e7b28/view)
- Place of Performance
- Address: Marietta, GA 30069, USA
- Zip Code: 30069
- Country: USA
- Zip Code: 30069
- Record
- SN06551188-F 20221224/221222230113 (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 |