Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2011 FBO #3687
SOURCES SOUGHT

70 -- AMC - ADVANCED CONSOLE SYSTEM - Draft PWS

Notice Date
12/27/2011
 
Notice Type
Sources Sought
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
AdvancedConsole
 
Point of Contact
Richard P. Hill, Phone: 6182569962, John M. Baggett, Phone: 6182569972
 
E-Mail Address
richard.hill.14@us.af.mil, john.baggett@us.af.mil
(richard.hill.14@us.af.mil, john.baggett@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement (PWS) This Sources Sought Request for Information (RFI) is issued for informational purposes to locate capable businesses. The Air Force is conducting market research and desires input from the industry to assist in requirements planning. The information requested by this synopsis will be used within the Air Force to facilitate the decision making process and will not be disclosed outside of the agency. Please note: This is not a commercial solicitation and the Air Force will not be responsible for any costs incurred by interested parties in responding to this RFI. a. Description: Air Mobility Command (AMC) has a requirement to upgrade three Siemens Command Post Console systems at the Hickam Air-base (AB) located in Hawaii, and install two new Siemens Command Post Console systems on the island of Okinawa on the Kadena AB located in Japan. All systems must be Joint Interoperability Test Command (JITC) certified and have Multilevel Precedence and Preemption (MLPP) capability. AMC is interested in the identification of capable sources to provide labor, material, supplies, services, and personnel training for this requirement. This acquisition is anticipated to be for Brand Name, Siemens, products only. Since Siemens software will interface and connect to each base's existing Siemens Command Post Console system hardware. However, if a respondant intends to propose another system that is compatible with Siemens hardware and is certified as interoperable for joint use within the Defense Information System Network (DISN), the system name and capability information should also be included in the response. b. Information Requested: 1. Company Information. Name, Address, telephone number, FAX number, point of contact(s) name(s), phone number, e-mail address. 2. Capability Information should include a brief description of experience in providing the requirements similar to those described in the attached Performance Work Statement (PWS) and should include: (A) Examples of your company's experience in upgrading/setting up Siemens console systems. (B) Commercial literature describing your company's business focus, and products and services offered (not included in 10 page limit). (C) Contract references relating to Siemens Console System installations to include: (1) Contract number and Contract Type (2) Agency/Company supported (3) Period of performance (4) Original contract value (5) Point of Contact (POC) with current phone/fax number (6) Brief description of the effort. The capability package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request. Capability packages should be limited to no more than 10 pages. 3. Identification of business size and whether currently designated a small business as defined the Federal Acquisition Regulation FAR Part 19 and also currently registered in the Central Contractor Registration (CCR) system. Small business size standards are published by the U.S. Small Business Administration (SBA) and may be found at http://www.sba.gov/sites/default/files/Size_Standards_Table.pdf. The applicable North American Industry Classification System (NAICS) Code is 517110 Wired Telecommunications Carriers. The small business size standard is 1,500 employees for this NAICS code. 4. If your business is classified as a small business, provide a brief statement of how your organization can provide a minimum of 50 percent of the work. 5. Identify Major Risks: Provide general information to identify any major risks anticipated. 6. Any special contract terms and conditions that would need to be included in a subsequent solicitation. 7. Insight as to the commerciality of this service, i.e. do you currently provide this service to any customer other than the Federal Government? 8. Any other information deemed useful to the Air Force. c. Submission Information: Response by e-mail is required and should be forwarded to Richard Hill, Contract Specialist, via e-mail at Richard.Hill.14@us.af.mil. Response must be received by this office at or before 4:00 pm CDT on 11 January 2012. POINT OF CONTACT: HQ AMC/A7KQC, Richard Hill, Contract Specialist, (618) 256-9962, FAX (618) 256-3091. Attachment: 1. Draft Performance Work Statement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/AdvancedConsole/listing.html)
 
Place of Performance
Address: • AMC Command Center (AMCC) building 661 at Kadena AB, Okinawa Japan, • AMC Command Center (AMCC) building 881 at Kadena AB, Okinawa Japan, • AMC Command Center (AMCC) building 4069 at Hickam AB, Hawaii, • AMC Command Center (AMCC) building 2040 at Hickam AB, Hawaii, • 613rd Air Operations Center (AOC) building 1102 at Hickam AB, Hawaii, United States
 
Record
SN02645777-W 20111229/111227233703-190faf6f62b91ad96ad6c548ae6261e2 (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.