Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2013 FBO #4365
MODIFICATION

L -- Audio Visual Support Services - Amendment 1 to Sources Sought DHAM40020_Addition of Section D

Notice Date
11/4/2013
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 766 SCONS - Hickam, 90 G Street, Bldg. 1201, JB Pearl Harbor-Hickam, Hawaii, 96853-5230, United States
 
ZIP Code
96853-5230
 
Solicitation Number
DHAM40020
 
Archive Date
11/29/2013
 
Point of Contact
Diana Joseph, Phone: (808) 448-2942
 
E-Mail Address
diana.joseph@us.af.mil
(diana.joseph@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
6 Related Documents to Sources Sought_APCSS Workload Estimates, Tables 1-5. Sources Sought Synopsis: The following is a Request for Information (RFI) to gather data for planning purposes. This sources sought synopsis does not constitute a request for proposal (RFP), request for quote, invitation for bid, nor does it in any way restrict the Government to its ultimate acquisition approach. The Government is not liable for any costs incurred by the contractor in response to this synopsis, and therefore, will not compensate any contractor for work performed in response to this synopsis. The 766th Specialized Contracting Squadron is conducting market research to determine potential sources for Audio Visual Support Services for Asia Pacific Center for Security Studies (APCSS) located in Honolulu Hawaii. The current contract providing these services expires February 2014 and APCSS requires follow-on Audio Visual support in preparation for evaluations of conferences, workshops, courses and events offered by APCSS. APCSS provides a focal point where national officials, decision makers, and policy makers can gather to exchange ideas, explore pressing issues and achieve a greater understanding of the challenges that shape the security environment of the Asia-Pacific region. The Audio Visual Support Services includes graphic arts, audiovisual, Video Teleconferencing (VTC) services, and information technology services to include systems/network management and seminar room support (help desk) and technical support services as specified in the attached drafted Performance Work Statement (PWS). The RFI encompasses continued audiovisual support for APCSS, necessary to sustain their mission. The Government intends to award a Firm Fixed Price contract for Audio Visual Support Services. The period of performance for each year is up to 12 months for contract award and the contract will cover a base year and one option year. This announcement requests statements of Capabilities outlining specific relevant experience and/or approach, as appropriate in satisfying the drafted performance work statement. Interested parties are requested to submit their Statement of Capabilities in the form of a White Paper, a maximum of 5 single-sided pages with text no less than 12 point font (Arial or Times New Roman) and a minimum of one-inch margins in Microsoft® Word, Adobe® PDF or compatible format. Do not include photos or references as part of the package. The white papers should be formatted as follows: 1. Section A: Title, Name of Company, Name, Telephone number, Email address for a Point of Contact, Contractor Commercial and Government Entity (CAGE) code, Data Universal Numbering System (DUNS) number in the capability package as described by NAICS Code 541990, All Other Professional, Scientific, and Technical Services. The small business standard is $7 million. Because this requirement is 8(a) competitive, there would be no other considerations for the company category. Those desiring to do business with the Air Force must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) 2. Section B - Background. Brief history highlighting past relevant experience providing Audio Visual (AV) Support Services. Interested parties must identify number of years' experience and specific (AV) inclusive of training, certifications and/or approach, as appropriate. Offeror's must address their experience in satisfying performance base contracts. Identify contract performance requirements and actual contract performance against the standard requirements. 3. Section C - Capabilities. Identify how existing capabilities will be used to satisfy section two (2) General Requirements indicated in the drafted PWS. Number and title each paragraph to align with section 2.5 (Contractor Personnel, Disciplines, and Specialties) of the draft PWS (i.e. 1. Audio/ Visual; 2. Visual Information; 3. System/Network Management; 4. Seminar Room Help Desk Support). Please address each paragraph; if no capability exists, please state so. 4. Section D - Customary Practice. Identify in Section D of the white paper the following information: I. Provision of the Audio Visual Support Services, clarify if they are readily available to Government and Non-Federal Agencies and is considered to be a customary commercial practice. II. Identify if the provision of a Reimbursable CLIN consistent with customary commercial practice to Government and Non-Federal Agencies. III. For the Audio Visual Support Services, is it customary practice in the industry for your Federal and NON-Federal contracts to include Option Clauses similar to FAR 52.217-8 - Option to Extend Services, and FAR 52.217-9 - Option to Extend Services (clauses are provided for reference)? This is a practice offered to the general public to allow for continued operations beyond the initial contract period, or if the customer requires services for an extended period of time to allow for a new (or "follow on") contract to be awarded. 52.217-8 -- Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within #days. 52.217-9 -- Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within #days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed (months)(years). Information associated with this effort is unclassified, or classified up to, and including, SECRET. All responses will be unclassified. If respondents wish to restrict distribution of White Papers, they must be marked appropriately. Government responses to questions that are broadly applicable to all will be posted on the FedBizOpps website. Participation is strictly voluntary with no cost or obligation to be incurred by the Government. Responses must be received by 3:00 PM Hawaii Standard Time (HST) on 14 Nov 2013. POC's for this acquisition are Primary: Mrs. Diana Joseph, diana.joseph@us.af.mil Commercial 808-448-2942 and Alternate: Mr. James Watanabe, james.watanabe@us.af.mil, Commercial 808-448-2904. Any responses received after this date and time may not be considered at the discretion of the Contracting Officer. Capability Statements and/or questions may be submitted electronically at diana.joseph@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/DHAM40020/listing.html)
 
Place of Performance
Address: 2058 Maluhia Road, Honolulu, Hawaii, 96815-1949, United States
Zip Code: 96815-1949
 
Record
SN03227055-W 20131106/131104235512-14eab86f9ca03a6faf56fbd1ca6287b8 (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.