Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2015 FBO #4926
SOURCES SOUGHT

60 -- Propriety Telephone (P-Phone) Technician Services - Market Research Questionnaire

Notice Date
5/19/2015
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-15-R-0016
 
Archive Date
6/16/2015
 
Point of Contact
Nancy Purvis, Phone: 7572253150, Alicia Kelly-Eslinger, Phone: 7577641115
 
E-Mail Address
nancy.purvis@langley.af.mil, alicia.kelly@us.af.mil
(nancy.purvis@langley.af.mil, alicia.kelly@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Market Research Questionnaire THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY. This is a Sources Sought announcement seeking Small Business responses in order to determine possible Small Business participation in the anticipated acquisition. The 633d Contracting Squadron (633 CONS) intends to obtain non-personal services for Proprietary Telephone (P-Phone) Technician Services located at Langley Air Force Base. T he applicable North American Industry Classification System (NAICS) for this requirement is 811213, Communication Equipment Repair and Maintenance with a corresponding size standard of $11M. Interested parties must be registered under NAICS 811213 in SAM (System for Award Management) at www.sam.gov, formerly known as CCR (Central Contractor Registration). The Government plans to consider all information submitted in response to this Sources Sought Notice. The contractor shall troubleshoot copper lines associated with circuits and alarms as well as support adds, moves, and changes to the Nortel SL-100 Defense Switched Network and install copper cables for the installation and maintenance of proprietary telephone (P-phone) and single line telephone sets regulations, industry standards, established guidance and contract law. The contractor shall perform all necessary actions to install and troubleshoot telephones and/or circuits in the Dial Central Office (Bldg. 407). Installation includes running cross-connect jumper wires, install / program telephones, relocating jumpers to facilitate splice operations, test copper cable pairs, install / terminate horizontal and backbone copper cabling, and completing required documentation applicable in accordance with EIA ANSI/TIA/EIA-568, EIA ANSI/TIA/EIA-569, EIA ANSI/TIA/EIA-606, and EIA ANSI/TIA/EIA-607 Standards. SEE ATTACHMENT 1 FOR QUESTIONNAIRE OF REQUIREMENT. Performance will consist of one (1) Base Year, and three (3) one-year options. The Government anticipates making award in August 2015. The Request for Quote (RFQ) release date is to be determined. Please note : It is the responsibility of the interested parties to monitor the Federal Business Opportunity website at www.fbo.gov for all subsequent postings. The predecessor P-Phone Technician Services contract was awarded under as a Small Disadvantaged Business (SBD) Set-Aside. The Government is seeking industry input to determine if there are adequate Small Business concerns, to include Joint Ventures that are capable of performing the follow-on requirement. This is not a formal Request for Quote (RFQ), and no contract will result from this notice, nor does it commit the Government to any acquisition for these services. All interested parties should submit a capabilities package ( limited to no more than 10 pages total ) outlining your company's key business abilities relevant to the performance of this requirement and addressing the questions found in Attachment 1. Please submit the requested information electronically to this office NLT the closing date and time (1 June 2015, 4:00 p.m. Eastern Time) to Contract Administrator's Name at Nancy.purvis@us.af.mil and Contracting Officer's Name at Alicia.kelly@us.af.mil. internet and e-mail shall be used as the primary means of disseminating and exchanging all information. Hard copies of documents posted on FBO will not be made available. The Government will provide an email confirmation acknowledging receipt of information submitted. If you have difficulty emailing your response and/or confirmation of receipt is not received, then you are encouraged to contact Nancy Purvis at (757) 764-3341. Your response shall include the following information: Size of company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.). IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-15-R-0016/listing.html)
 
Place of Performance
Address: LANGLEY AIR FORCE, 633 CS/SCOCT, LANGLEY AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN03736346-W 20150521/150519235641-fd468e72156ac2edd289480557d2a019 (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.