SOURCES SOUGHT
D -- Sources Sought Notice for Operation & Maintenance (O&M) of the Satellite Communications (SATCOM) Facility Landstuhl, Germany
- Notice Date
- 10/29/2008
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- ACA, ITEC4 - West, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
- ZIP Code
- 85613-5000
- Solicitation Number
- W91RUS-09-R-0007
- Response Due
- 11/7/2008
- Archive Date
- 1/6/2009
- Point of Contact
- Jessica M. Williams, 520-533-2117<br />
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis OPERATION AND MAINTENANCE (O&M) OF THE - SATELLITE COMMUNICATIONS (SATCOM) FACILITY LANDSTUHL, GERMANY The Mission and Installation Contracting Command Information Technology, E-Commerce and Commercial Contracting Center-West (ITEC4-W), on behalf of The United States Army, 5th Signal Command, is seeking information on capable business sources that can provide non-personal SATCOM Operation and Maintenance (O&M) services. The contractor shall augment the existing Government workforce in O&M of the Defense Satellite Communications System (DSCS), Standardized Tactical Entry Point (STEP), Teleport, Regional Hub Node, Ka-Band Satellite Transmit and Receive System (KA STARS) and Deployable Ku-Band Earth Terminals (DKET) at the SATCOM Facility located at Kirchberg Kaserne in Landstuhl, Germany. The SATCOM Facility encompasses all hardware and software associated with various SATCOM earth terminals (military SATCOM and commercial SATCOM); baseband subsystems; fiber optic systems/components; interface equipment; cabling and duct work; system monitoring equipment; heating, ventilation and air conditioning (HVAC); power support systems; and test, measurement and diagnostic equipment (TMDE). This is a market survey for information only. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of vendors who can support this requirement. The anticipated contract type is Firm-Fixed Priced with time-and-materials CLINs. It is anticipated that the effort will be for a base year with four one-year option periods. The estimated number of labor hours over the 5 year period is 437,600. The NAICS Code is 517410 and the size standard is $13.5 million in average annual receipts. If you believe your firm qualifies under the aforementioned criteria and has qualified personnel, relevant past performance experience, and the technical capability to perform the type of work specified in the attached draft Performance Work Statement, please submit a technical capability statement including the following information: (1) company name and mailing address (2) point of contact (name, telephone number, and e-mail address) (3) socio-economic status (small business, small disadvantaged business, woman-owned business, veteran-owned business, etc.) (4) a brief statement describing how your company might propose to perform the percentage of work specified in FAR Clause 52.219-14 (b)(1) i.e. a single small business or an affiliation and/or team of small businesses (Note: if more than one firm is contemplated, identify the socio-economic status of each and identify which aspects of the draft PWS will be performed by each firm) (5) number of employees (6) revenue for the past 3 years and (7) a brief summary of your companys experience and past performance within the past 3 years as it relates to the magnitude and scope of the requirements outlined in the attached draft PWS. Each company experience (Government or commercial) should include (a) name of project (b) brief description of project (c) contract or project number (d) client/customer point of contact (name, address, phone number, e-mail address) (e) dollar value of the contract/project (f) period of performance of the contract/project and (g) relevance of contract/project to requirements in the draft PWS. Technical capability statements can be submitted in your own format and shall be 10 pages or less. Again, this announcement is being used solely to gather market survey information. This is not a request for proposals nor is the technical capability statement considered to be a proposal. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The draft PWS, and DD Form 254, Department of Defense Contract Security Classification Specification, can be accessed at http://huachuca-www.army.mil/DOC/ITEC4W/HotInformation.htm. Please send information via e-mail to Jessica M. Williams at Jessica.Williams11@us.army.mil by 3:00 p.m., MST, 7 November 2008. Point of contact is Jessica M. Williams at (520) 533-2117.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5fe9750d5b97d3ba5e6b71e8995129f1&tab=core&_cview=1)
- Place of Performance
- Address: ACA, ITEC4 - West ITEC4 Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ<br />
- Zip Code: 85613-5000<br />
- Zip Code: 85613-5000<br />
- Record
- SN01697714-W 20081031/081029214351-5fe9750d5b97d3ba5e6b71e8995129f1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |