SOURCES SOUGHT
59 -- WIRELESS AUDIO SYSTEM
- Notice Date
- 12/23/2014
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-15-R-0023
- Response Due
- 1/14/2015
- Archive Date
- 2/21/2015
- Point of Contact
- Ryan D. Johnson, 210-808-6484
- E-Mail Address
-
MICC Center - Fort Sam Houston (JBSA)
(ryan.d.johnson6.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- On behalf of the 143d Sustainment Command (Expeditionary), information is being gathered to determine the availability of resources to provide for removal of existing non-functional audio system and installation of a fully functional wireless audio system at one location in the vicinity of Orlando, FL. The scope of work includes but is not limited to: remove of non-functional system, installation of a fully functional wireless audio system with the ability to support 5 lapel microphones, 5 handheld microphones, and 40 desktop gooseneck microphones. All additional equipment needed to support the installation is also required and the ability to centrally control the equipment remotely. The system should be a turn-key solution that will be operated by non-technical employees with very little audio knowledge. The vendor will install all associated cabling and equipment to accomplish the desired tasks. The information received will be used within the Mission and Installation Contracting Command - Fort Sam Houston Contracting Office to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid, Request for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. This office does not intend to award a contract on the basis of this Sources Sought or reimburse respondents for information solicited. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Contracting Office in developing its acquisition strategy. The North American Industry Classification System (NAICS) code for this acquisition is 334220 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing), with a corresponding Small Business Size Standard of 750 Employees. The anticipated delivery/installation is February 2015. Vendor responses are limited to five (5) written pages (PDF or MS Word Format) and should include: Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HUBZone). Large Businesses ARE permitted to respond to notice. Prior/current experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value (and value of subcontract, if a subcontractor), Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. Identify the contract type (e.g., Firm Fixed Price (FFP), Cost, etc.) you believe is appropriate for the requirement and any limitations to your firm's ability to propose a FFP. Provide a (Rough Order of Magnitude) ROM estimate based on the attached draft PWS and the anticipated period of performance for this requirement. Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. Please note respondents responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government will not review general capability statements, please ensure submissions are tailored to this requirement. This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate at dean.m.carsello.civ@mail.mil. Detailed Specifications are listed in the attachment identified below: 1. Draft Performance Work Statement The Government will not return any information submitted in response to this notice. Responses to this sources sought notice shall be submitted on or before COB on 07 January 2015 via email to Ryan D. Johnson, SSG, USA at ryan.d.johnson6.mil@mail.mil or Christopher M. Toste at christopher.m.toste.civ@mail.mil or by mail to Mission and Installation Contracting Command, Reserve Division - Fort Sam Houston, ATTN: Christopher M. Toste, 2371 Infantry Post Road, BLDG 602, Fort Sam Houston, Texas 78234-1361. Questions shall be submitted via email to the POC above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/14264ba21fac6be706b3b8c647069c3f)
- Place of Performance
- Address: 143d Sustainment Command (Expeditionary) 9500 Armed Forces Reserve Drive Orlando FL
- Zip Code: 32827
- Zip Code: 32827
- Record
- SN03603948-W 20141225/141223235031-14264ba21fac6be706b3b8c647069c3f (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 |