SPECIAL NOTICE
70 -- 316 FSS Smart Board Removal, Purchase & Installation
- Notice Date
- 8/30/2023 1:38:31 PM
- Notice Type
- Special Notice
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- FA2860 316 CONS PK JB ANDREWS MD 20762-7001 USA
- ZIP Code
- 20762-7001
- Solicitation Number
- F1D3563222A001
- Response Due
- 9/7/2023 1:30:00 PM
- Archive Date
- 09/22/2023
- Point of Contact
- Glenn Stone, Phone: 2406123997, Julia Lagace, Phone: 2406129438
- E-Mail Address
-
glenn.stone@us.af.mil, Julia.Lagace@us.af.mil
(glenn.stone@us.af.mil, Julia.Lagace@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION ANDPLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. Allinformation submitted in response to this announcement is voluntary and the Government will not pay forinformation requested nor will it compensate any respondent for any cost incurred in developinginformation provided to the Government. Andrews Air Force Base anticipates a requirement that is being considered under a small business set-asideprogram. The North American Industry Classification Systems (NAICS) Code proposed is 334118. The sizestandard is $1,000 employees. The purpose of this procurement is to acquire twelve (12)�Smart Board Removal, Purchase & Installation. This requirement is a set-aside for Small Disadvantaged Businesses.Physical characteristics = 12, 65 inch, white. Essential Characteristics = SMART Board 6000S (V3) Pro series with iQ (TAA Compliant), LED, 16:9 aspect ratio, maximum display resolution 4K UHD (3840x2160), 60Hz, Integrated RFID NFC reader writer.� Please refer to the attached Salient Characterisitcs for specific details about this requirement.� Reponses to this Sources Sought request should reference ""316 FSS Smart Board Removal, Purchase & Installation"" and shall include thefollowing information in this format: 1. Company name, address, point of contact name, phone number, fax number and email address. 2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable. 3. Size of business � Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-ownedand/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercialand Government Entity, and Reps/Certs. 4. Capability statement displaying the contractor�s ability to provide the products or services, to includepast performance information. If past performance information is provided, please include only relevantpast performance on the same/similar work within the last 5 years. Please also include in past performanceinformation the contract numbers, dollar value, and period of performance for each contract referenced inthe response to this Sources Sought. 5. The Government is still determining the acquisition strategy. If this acquisition will be a small businessset-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining ifan acquisition will be a small business set-aside is that two or more potential small business primecontractors must be capable of performing at least 50% of the eff ort, as defined in FAR clause 52.219-14. If it is determined that a small business set-aside is appropriate and your company anticipates submitting aproposal as the prime contractor for a small business set-aside, please provide specific details and rationaleas to how compliance with FAR clause 52.219-14 would be achieved, including specific details regardingteaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the eff ort tobe subcontracted and whether small or large business subcontractors will be used. Teaming and/orsubcontracting arrangements should be clearly delineated and previous experience in teaming must beprovided. NOTE: All contractors doing business with the Federal Government must be registered in the System forAward Management (SAM) database. The website for registration is www.sam.gov. All responses to this notice are to be submitted by 4:30 PM Eastern Standard Time, on 07 September 2023.Responses will be accepted via electronic means only to Glenn.Stone@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/91352fb4e7d4402b987666cbbd79ad6c/view)
- Place of Performance
- Address: JB Andrews, MD 20762, USA
- Zip Code: 20762
- Country: USA
- Zip Code: 20762
- Record
- SN06812351-F 20230901/230830230049 (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 |