Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2014 FBO #4647
SOURCES SOUGHT

70 -- Ticket Queuing System

Notice Date
8/13/2014
 
Notice Type
Sources Sought
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-14-Q-B254
 
Archive Date
9/6/2014
 
Point of Contact
Teresa Fidermutz, Phone: 3214946343, ,
 
E-Mail Address
teresa.fidermutz@us.af.mil, 45cons.lgcb.e-bids@us.af.mil
(teresa.fidermutz@us.af.mil, 45cons.lgcb.e-bids@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-14-Q-B254 shall be used to reference any written responses to this sources sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 339950. The size standard for NAICS is 500 employees. The requirement is to purchase the following: Item Description Qty Unit 0001 Qmatic 10115101 Ensemble Virtua Base License (or equal) 1 EA 0002 Qmatic 10115110 Ensemble Virtua Dashboard (or equal) 1 EA 0003 Qmatic 10115114 Ensemble Virtua Analysis (or equal) 1 EA 0004 Qmatic 10115115 Ensemble Virtua Digital Signage (or equal) 1 EA 0005 Qmatic 1022QMC Ensemble Basic Screen Layout Software - Qmatic Kiosk Touchscreen (or equal) 1 EA 0006 Qmatic 99900130 Report Printer (Inkjet) (or equal) 1 EA 0007 Qmatic 99900301 4-Port KVM Switch for Multiple PC's (or equal) 1 EA 0008 Qmatic 99900339 Server Type A (or equal) 1 EA 0009 Qmatic 10214120 Intro 17 (or equal) 1 EA 0010 Qmatic 214251 Q-MATIC Vision Touch Screen Floor Pedestal (or equal) 1 EA 0011 Qmatic 4107323 Vision Signboard Frosted Glass (or equal) 3 EA 0012 Qmatic 340401 D948R Matrix Display (Red) (or equal) 2 EA 0013 Qmatic 320150 Qmatic Expressia Feedback Unit (or equal) 2 EA 0014 Qmatic 112014 CP2014 Main Connection Box (or equal) 1 EA 0015 Qmatic 112018 CP2018 Power Connection Box (or equal) 1 EA 0016 Qmatic 117030 CHORAL (or equal) 1 EA 0017 Qmatic 99900565 Control 12C/T Compact Ceiling Speaker (or equal) 5 EA 0018 Qmatic 99900564 Bogen 35 Watt Mixer Amplifier - Classic Series UL/CSA (or equal) 1 EA 0019 Qmatic HW9024 Hardware, Signage and Cabling (or equal) 3 EA 0020 Qmatic 100932 Qmatic Power Supply PS5A (or equal) 1 EA 0021 Qmatic 99900507 P3311 Pedestal Weighted Base Kit (or equal) 1 EA 0022 Qmatic 213066 Cinematic 1 Media Player (or equal) 1 EA 0023 Qmatic 99900549 Audio/Video Connection Hardware for Cinematic TV Option (or equal) 1 EA 0024 Qmatic 99900546 Cat5e Cable - 300' Box (or equal) 3 EA 0025 Qmatic 190337 Mounting Kit for Cinematic (75/100mm) (or equal) 1 EA 0026 Qmatic 99900320 19" Flat Screen TV (w/o bracket) (or equal) 2 EA 0027 Qmatic 99900259 Wall Bracket for 32" Flat Screen TV (or equal) 3 EA 0028 Qmatic 99900538 HDMI over Cat5 ¿ 4-Port Transmitter (or equal) 2 EA 0029 Qmatic 99900539 HDMI over Cat5 Receiver/Extender (or equal) 4 EA 0030 Qmatic SD-hr Software Development (Service is offered with an experience level of 5 years and as an hourly rate for any additional hours required after the minimum) (or equal) 8 EA 0031 Qmatic PM-hr Project Manager (Service is offered with an experience level of 5 years and as an hourly rate for any additional hours required after the minimum) (or equal) 12 EA 0032 Qmatic SA-hr Systems Analyst (Service is offered with an experience level of 3 years and as an hourly rate for any additional hours required after the minimum) (or equal) 28 EA 0033 Qmatic TR1-hr Trainer - Level I (Service is offered with an experience level of 3 years and as an hourly rate for any additional hours required after the minimum) (or equal) 6 EA 0034 Qmatic TR2-hr Trainer - Level II (Service is offered with an experience level of 5 years and as an hourly rate for any additional hours required after the minimum) (or equal) 1 EA 0035 Qmatic IT-hr Installation Technician (Service is offered with an experience level of 2 years and as an hourly rate for any additional hours required after the minimum) (or equal) 39 EA 0036 Qmatic TR9090 Travel and Expenses (or equal) 1 EA 0037 Qmatic LG0001 English (included with voice unit at no charge) (or equal) 1 EA 0038 Qmatic SW-MAINT Qmatic Software Maintenance 0039 Qmatic HW-MAINT (or equal) 1 EA Qmatic Hardware Maintenance 0040 Qmatic 320105 KT2595 (33 buttons) (or equal) 9 EA Salient Characteristics and purpose of the items: A comprehensive requirement specification. Add self serve kiosk with 5 main choices plus up to 3 sub screens. Modify the 5 button TP (greeter managed) to match the kiosk 5 main choices. Appointments PIN changes Force management Career center In- Process Develop matter codes for each. Add 9es KT service positions. Add automated voice announcement. Main waiting and hall Add TV integration. TV supplied by PAFB 60 Min. Add 3ea main management displays in NCOIC office, commanders office and career office. Direct wired back to home. One is upstairs 200 one in downstairs 20 and one 100 from home area. Add 2ea CFUs in checkout area. Notify on management displays if it falls under satisfactory. Add 2 days of detailed training for management reports and matter codes. Add 3ea 948 directional displays. mounted as 1ea The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) 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 SDVOSB, WOSB, EDWOSB, or small business) 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. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Commodity Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil ; by mail to 45 CONS/LGCB, Attn: FA2521-1$-Q-B254,1201 Edward H. White II Street, Bldg. 423, Room N205, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843. RESPONSES ARE DUE NO LATER THAN 22 Aug 14.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-14-Q-B254/listing.html)
 
Place of Performance
Address: 45 FSS/FSMP J, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03463364-W 20140815/140813235639-fccb980a71e8cc916b1cc277a43cbb54 (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.