SOURCES SOUGHT
58 -- Land Mobile Radio (LMR) System
- Notice Date
- 8/19/2015
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- MICC - Fort Belvoir, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
- ZIP Code
- 22060-5116
- Solicitation Number
- W91QV1-15-T-0129
- Response Due
- 9/3/2015
- Archive Date
- 10/18/2015
- Point of Contact
- CPT Tessa A.M. Jones, 703-806-4422
- E-Mail Address
-
MICC - Fort Belvoir
(tessa.a.jones.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This sources sought announcement is for information and planning and market research purposes only; it is not a commitment to the Government. The Mission and Installation Contracting Command (MICC) - Fort Belvoir, on behalf of The 3d U.S. Infantry Regiment (The Old Guard) intends to procure non- personal services necessary to provide handheld and base station radios with spare batteries, individual radio chargers, bay chargers, programming cable and software, belt clips, speaker microphones and lapel earphones on a small business set-aside basis. The Government is seeking responses to this sources sought synopsis from all interested small businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Packages shall be submitted by 10:00 AM, 03 September 2015 Fort Belvoir, local time. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. A continuing need is anticipated for the handheld and base station radios with spare batteries, individual radio chargers, bay chargers, programming cable and software, belt clips, speaker microphones and lapel earphones. Attached is the draft Statement of Work with all equipment specifications. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement for handheld and base station radios with spare batteries, individual radio chargers, bay chargers, programming cable and software, belt clips, speaker microphones and lapel earphones is commercially available; including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Recommendations to improve the approach/specifications/draft Statement of Work to acquiring the identified items/services. Only small businesses are to submit capability packages. Interested small business concerns under NAICS code 334220 with a size standard of 750 employees are encouraged to submit their capability packages. The capability packages for this sources sought is not a proposal, but rather statements regarding the company's existing experience in relation to the areas specified above. Capability packages shall not exceed five (5) pages and must be submitted via e-mail to CPT Tessa A.M. Jones, at tessa.a.jones.mil@mail.mil with a courtesy copy (cc) to Haydee L. Soto-Carreras, at haydee.l.soto-carreras.civ@mail.mil at no cost to or obligation to the Government. Areas or tasks where a contractor does not have prior experience should be annotated as such. All amendments will be posted and shall be retrieved from this website. Responses to the Sources Sought shall be submitted by email to the POC identified below. No solicitation mailing list will be compiled. No phone calls will be accepted. Contractors are responsible for all costs for submitting their capability packages. POC is Contract Specialist CPT Tessa A.M. Jones, at tessa.a.jones.mil@mail.mil or Contracting Officer Haydee L. Soto-Carreras, at haydee.l.soto-carreras.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5fd97dda83add8cd2402214ac073c7f3)
- Place of Performance
- Address: MICC - Fort Belvoir Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
- Zip Code: 22060-5116
- Zip Code: 22060-5116
- Record
- SN03845641-W 20150821/150819235538-5fd97dda83add8cd2402214ac073c7f3 (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 |