Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2015 FBO #4886
SOURCES SOUGHT

D -- HDHigh definition Television Reception - Package #1

Notice Date
4/9/2015
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Headquarters, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060, United States
 
ZIP Code
22060
 
Solicitation Number
SP470515S1030
 
Archive Date
5/8/2015
 
Point of Contact
Rebecca Lucena, Phone: 7037671181
 
E-Mail Address
rebecca.lucena@dla.mil
(rebecca.lucena@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
HD Television Services 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. The Department is NOT requesting a quote or proposal in response to this synopsis. For the purpose of this acquisition, the North American Industrial Classification System (NAICS) code is 334220 - Radio and Television Broadcasting and Wireless Communications Equipment and the applicable size standard is 750 employees. This synopsis neither constitutes a Request for Proposal or Bid, nor does it restrict the government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the government for any purpose. The DLA Contracting Services Office is seeking sources on behalf of DLA Pacific Commander and DLA Energy Pacific Commander in Pearl Harbor, Hawaii, to install seven (7) connection points for television or monitors to receive high definition television reception for building 479 Joint Base Pearl Harbor Hickam. For further information please see attached Statement of Work. THERE IS NO SOLICITATION AT THIS TIME. Interested sources shall submit a tailored capability statement that demonstrates the expertise, personnel, protocols, systems, and technology to meet requirements of the draft SOW. Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the draft SOW. Prospective firms are requested to submit a capability statement that (1) identifies the prospective contractor (business name, business size (large, small, 8(a), etc.), point of contract (including email address), telephone number, and identify the nature of the proposing entity (e.g., joint venture, limited liability corporation, etc.); (2) describes the prospective contractor's capabilities, relevant experience and corporate resources to perform a contract of the size and complexity of which is the subject of this requirement; (3) includes potential teaming partners or potential subcontractors and information delineated in item 2 relative to the prospective partner/subcontractor experience and capabilities; and (4) may include comments on the draft Statement of Work (SOW). Interested firms are requested to submit a capability statement, limited to no more than 20 pages, no later than April 23, 2015 at 12:00 P.M. EST. This request for capability statement does not constitute a request for proposal. Submission of any information in response to the market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred. This announcement is for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. Any information provided by industry to the Government as a result of this notice or any follow-up information requests is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with FAR 52.204-7, Central Contractor Registration; lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. Additionally, in accordance with Federal Acquisition Regulations (FAR) 52.204-8, Annual Representations and Certifications, offerors are also reminded to register with Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. Please provide responses by 12:00 PM CDST, 23 April, 2015. All questions or suggestions regarding the SOW shall be submitted via e-mail to Rebecca.lucena@dla.mil. Please note that telephone inquiries regarding this notice will not receive responses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/FTBELVOIRVA/SP470515S1030/listing.html)
 
Place of Performance
Address: Building 479 Joint Base, Pearl Harbor Hickman, HI, Pearl Harbor, Hawaii, 96860, United States
Zip Code: 96860
 
Record
SN03694431-W 20150411/150409234727-5d38feed8bf95dd81e789941377d4b38 (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.