SOURCES SOUGHT
70 -- Low Earth Orbit Satellite Equipment and Services (VA-24-00019830)
- Notice Date
- 3/6/2024 10:41:11 AM
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER AUSTIN (36C10A) AUSTIN TX 78744 USA
- ZIP Code
- 78744
- Solicitation Number
- 36C10A24Q0029
- Response Due
- 3/13/2024 10:00:00 AM
- Archive Date
- 05/12/2024
- Point of Contact
- John Sangalang, Contract Specialist, Phone: (848)-377-5115
- E-Mail Address
-
john.sangalang@va.gov
(john.sangalang@va.gov)
- Awardee
- null
- Description
- Modification to a Previous Notice Modification to a Previous Notice Page 3 of 3 Modification to a Previous Notice *= Required Field Modification to a Previous Notice Page 1 of 3 Please see the attached updated PWS, RFI and Attachment. This amended RFI is for additional market research based on VA s revised Performance Work Statement. Requested Information: The RFI responses must include the following: Company and Security Information: Company name and Parent Company, if applicable Business Address: Street, City, State, and Zip code Commercial and Government Entity Code System for Award Management (SAM) Unique Entity Identifier Socio-economic Status: Point of Contact (i.e., POC, Company Representative) POC Telephone and Email Address) Recent/Relevant Technical Information: Description of coverage and capabilities based on VA s Interactive US Map - Locations (va.gov) CONUS OCONUS includes Guam, Philippines, American Samoa, Saipan, Hawaii, Puerto Rico, American Virgin Islands, and Alaska Experience in providing full spectrum of services (installation, maintenance, customer service, helpdesk, deinstallation etc. for both fixed and mobile sites.) based on the revised PWS. Levels for Business priority Service Ability to absorb existing VA assets for service and maintenance. 11 fixed Starlink sites 1 mobile site Hermtac mobile cases Request for Information Submission Details Submittals shall not exceed ten (10) pages total, any pages beyond the limit will not be considered. Response shall be submitted in MS Word 2000 (or newer). Responses will be formatted to match the structure of the amended RFI as outlined above. Page size shall be 8.5 x 11 inches; single spaced with text no smaller than 10-point Times New Roman; font size within graphics and tables shall be no smaller than 8 point, Times New Roman. Margins shall be one inch on all sides. The title page and front matter such as transmittal letter, cover page, and table of contents will not count against the page limit. Respondents shall indicate whether their responses contain any proprietary information if the respondents wish for the responses to be handled as such. The Government shall NOT be held liable for any damages incurred if proprietary information is not properly identified. Please be advised that all submissions become Government property and will not be returned. Submittal Instructions: All responses shall be submitted via email to the Contracting POCs identified below. All submissions shall include company name and point of contact information including name, position, telephone number, and email address. Any questions related to the RFI should be directed to all the POCs listed below. Responses received after the due date may not be considered in the Government s analyses. The Government may subsequently contact respondents for clarification on the information submitted. All questions to the PWS will be made on a separate . All questions to the PWS will be addressed in the final PWS at solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/66798d6ae5b443cd96a2276748cfb01b/view)
- Record
- SN06988507-F 20240308/240306230054 (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 |