Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2014 FBO #4603
SOURCES SOUGHT

59 -- Kirtland Security Camera's & Maintenance - Sources Sought

Notice Date
6/30/2014
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
KirtlandSecCam1
 
Point of Contact
BRIAN J. CLARK, Phone: 5058465703
 
E-Mail Address
brian.clark.6@us.af.mil
(brian.clark.6@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work for Kirtland Security Camera Project SOURCES SOUGHT SYNOPSIS. This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. DO NOT submit a quote or proposal in response to this synopsis. The Air Force Nuclear Weapons Center (AFNWC) / PZIB, Kirtland AFB, Albuquerque, NM, seeks potential business sources to install and provide maintenance services necessary to implement and warrant a network-centric digital surveillance system to monitor 37 different physical locations throughout Kirtland AFB. The contractor will provide full system servicing, to include all parts and labor, for an initial period of five years. The AFNWC/ZIB reserves the right to determine if a SB set-aside is appropriate. Additionally, we reserve the right to determine if one of the targeted socio-economic is appropriate for a set-aside based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the AFNWC/PZIB to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the required services. Firms responding to this announcement must be registered in the System for Award Management (SAM) and should include company name, cage code, point of contact, address and indicate if it is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business (see below). The Government reserves the right to consider the acquisition for the 8(a) program based upon responses received to this sources sought announcement. IMPORTANT: The system must be capable of operating on the base Ethernet network and achieve Certification and Accreditation (C & A) to do so. Technologies that are integrated or connected to DoD networks are considered part of those networks, and must comply with DoD Directive 8500.1, DoD Directive 8500.2 and be certified and accredited in accordance with DoD Instruction 8510.01 and follow all DISA STIGS. The proposed contract is anticipated to be a firm-fixed price contract. The contract awarded is subject to FAR 52.222-41, Service Contract Act of 1965, to include collective Bargaining Agreements. The North American Industry Classification System (NAICS) code for this acquisition is 561621 (Facilities Support Services), and the size standard for small business is $19 million. SEE ATTACHED STATEMENT OF WORK Interested businesses should provide the following information: A. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and e- mail address. B. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.). C. Capability of providing qualified and experienced personnel. D. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform. Responses are limited to not more than 2 pages. The government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry to the Government is voluntary. Responses are due no later than 4 PM (MST) on 3 July 2014 via e-mail. Questions and responses should be addressed to the Primary POC Mr. Brian "Jason" Clark, via email, to brian.clark.6@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/KirtlandSecCam1/listing.html)
 
Place of Performance
Address: Kirtland AFB, NM, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN03410546-W 20140702/140701024538-32a3fcdc73a9b1e1199280b37519d8aa (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.