Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2011 FBO #3679
SOURCES SOUGHT

70 -- LDC AUDIO VIDEO UPGRADE - Statement of Need

Notice Date
12/19/2011
 
Notice Type
Sources Sought
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Rm 120, Buckley AFB, Colorado, 80011-9572, United States
 
ZIP Code
80011-9572
 
Solicitation Number
FA2543-12-LDCAV
 
Point of Contact
Margaret Santos, Phone: 7208479313
 
E-Mail Address
margaret.santos@buckley.af.mil
(margaret.santos@buckley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Need 1. This sources sought is being published for market research purposes only, to identify potential sources interested in providing Audio Video Capabilities at Buckley AFB. The contractor shall provide audio video equipment, labor, supervision and incidental materials necessary to perform upgrade the Audio Video Capability at Buckley AFB's Leadership Development Center (LDC). Please see attached Statement of Need. 2. This is only a Sources Sought Synopsis and is not a Request for Proposal (RFP). Based on the number of available vendors, the Government intends to host an Industry Day in January/February 2012. This is to give the Government an opportunity to meet with vendors to determine available products and services in the Audio Video industry to better define the Government's requirement. A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. 3. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect cost or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFP. 4. The Government is contemplating North American Industry Classification Systems (NAICS) Code 423610 - Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers for this requirement. The size standard is 100 Employees. Comments on this NAICS and suggestions for alternatives must include supporting rationale. 5. No decision has yet been made regarding the type of small business set aside for this acquisition. The Government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business, and large business. Businesses are advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein the prime contractor must perform at least 50 percent of the work. 6. Respondents shall indicate in their responses whether they qualify under NAICS Code 423610 with a size standard of 100 Employees as a small business. 7. The Government contemplates a Firm Fixed Price contract. 8. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement listed above. The statement of capability shall include: a. Vendor Name b. Address c. Point of Contact (POC) d. Contact Phone Number(s) e. Contact E-mail Address f. CAGE Code g. Business Category h. Company's Business Size (i.e. annual revenues and employee size) i. Brief Introduction of Company j. Anticipated Teaming Arrangements (delineate between work accomplished by prime and work accomplished by teaming partners) k. Description of Relevant Contract Experience (Government and Commercial) i. Contract Number ii. Requirements Description iii. Total Contract Value (to include initial award amount and any modifications (description and value) iv. Place of performance v. Organization to which contract is executed 1. POC Name 2. Phone Number(s) 3. E-mail address 4. Current procedure price list for market research purpose only. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. 9. Again, any information submitted by the respondents to this source sought synopsis is strictly voluntary. The company's standard format is acceptable; however, the limit for all responses is not to exceed twenty (20) single-sided, 12 font size, 8 ½ x 11-inch pages. The submitted information shall be UNCLASSIFIED. 10. Pursuant to AFFARS 5352.201 this sources sought synopsis contains the clause 5352.201-9101 Ombudsman. As prescribed in 5301.9103 Ombudsman (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AFSPC ombudsmen, A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, fax: 719-554-5299, a7k.wf@afspc.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 11. All Contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database, www.ccr.gov and must submit their resprestations and certifications at the Online Representations and Certifications Applications (ORCA) website at https://orca.bpn.gov/. 12. Potential offerors are responsible for monitoring this site for the possible release of the solicitation package. 13. Only electronic responses shall be accepted. Response shall be received no later than 9:00 A.M. (0900 hrs) Mountain Standard Time (MST), Monday, 16 January 2012. Each submission should be virus scanned prior to being sent via e-mail to the POCs listed: Ms. Margaret Santos email margaret.santos@us.af.mil with LDC AV in the subject line. Address 460 CONS/LGCB, 510 S Aspen St. (MS stop 92) Buckley AFB, CO 80011-9551, fax (720) 847-6443. NOTE: Email submissions are subject to size and type restrictions (typically limited to less than 1 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the package was received and can be viewed. All responses must address each of the above stated requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/FA2543-12-LDCAV/listing.html)
 
Place of Performance
Address: Buckley AFB, Colorado, Aurora, Colorado, 80011, United States
Zip Code: 80011
 
Record
SN02641589-W 20111221/111219234140-d5b03fde6628d8e4ef7f8aa850e716bd (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.