Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2013 FBO #4129
SOURCES SOUGHT

59 -- Radar Approach Control Equipment Relocation

Notice Date
3/13/2013
 
Notice Type
Sources Sought
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
FA4809-13-Q-0006
 
Point of Contact
Zachary D. Leddy, Phone: 9197221728, James D. Pitcher, Phone: 9197221727
 
E-Mail Address
zachary.leddy@seymourjohnson.af.mil, james.pitcher@seymourjohnson.af.mil
(zachary.leddy@seymourjohnson.af.mil, james.pitcher@seymourjohnson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a request for information. A new Radar Approach Control (RAPCON) facility is under construction at Seymour Johnson AFB. The requirement is for the relocation of equipment which will require use of a Transportable Voice Communications Switching System (TVCSS) to temporarily provide communications capabilities to the current RAPCON and allow the Enhanced Terminal Voice Switch (ETVS) to be relocated to the new RAPCON. Standard Terminal Automation Replacement System (STARS) Terminal Control Workstations (TCW) will also need to be relocated to the new building. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within thirty days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The North American Industry Classification System (NAICS) code proposed for the requirement is 517110. The size standard for NAICS 517110 is 1,500 employees. The government is interested in 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, at the time of RFP closing, along with their technical and pricing proposal, 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) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. All questions or comments should be directed electronically to the POCs listed; no other format will be considered or accepted. All information pertaining to this acquisition, including technical questions and answers shall be provided to the Contracting Officer ONLY to ensure equal distribution of information to interested parties. An Air Combat Command (ACC) Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and recommendations to the Contracting Officer for resolution. In addition, AFFARS Clause 5352-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The MAJCOM Ombudsman can be contacted at: 129 Andrews Street, Suite 102, Langley AFB VA 23665-2769, Telephone (757) 764-5373; E-mail: kristian.ellingsen@langley.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-13-Q-0006/listing.html)
 
Place of Performance
Address: Seymour Johnson, Goldsboro, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN03010734-W 20130315/130313234544-3ac8f32704199ed6012b4258dc27aac8 (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.