SOURCES SOUGHT
N -- Remove/Install VTC equipment in JOC
- Notice Date
- 5/17/2016
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- FA5209-JOC-MODERIZATION
- Archive Date
- 6/9/2016
- Point of Contact
- Joel J Yerkey, Phone: 011-81-42-552-6679, Timothy Harms, Phone: 011-81-42-552-9644
- E-Mail Address
-
joel.yerkey@us.af.mil, timothy.harms.4@us.af.mil
(joel.yerkey@us.af.mil, timothy.harms.4@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notification Scope of Work The requirement is for demolition of existing interior, removal of debris and current Video Teleconference Center system. The contractor will need to install a three-tiered raised floor with carpet tiles covering. Installation of a 6 feet by 4 feet video wall system comprised of 47" LED wall displays (CineMassive CineVeiw II video wall or equal) and software. The contractor will provide cabling for three networks (NIPR/SIPR/CENTRIX-JPN) to be under the three-tiered raised floor and appropriate consoles for easting 36 personnel at their stations, each station supporting dual monitors. The contractor shall also provide and install a Collaborative Video Control System consisting of 24 High Definition (HD) inputs and 24 HD outputs. The Collaborative Video Control System will provide 24 or more HD outputs that will connect to a touchscreen Audio/Video Control System that provides a centralized command point with touch screen capabilities from which the user can freely select and scale the audio/video output to any size and location, televisions and speakers within the Joint Operations Center. The contractor will also provide a 5-year warranty or maintenance service follow on with travel and parts support for maintenance of the system. Drawings will be provided as reference upon request. Sources Sought Response Requirements Responses to this notice must include: 1. A capability statement on the above mentioned tasks. 2. Description of the company's past performance and experience with implementation of this type of system that is of a similar scope and size. And information (Government or commercial entity, contract/purchase amount, etc.) relating to each of the past performance descriptions. a. Organization name, and telephone number and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 3. Commercial pricing list(s) or other pricing information, if applicable and available. 4. Customary practices, including warranties, discounts, and contract type(s) under which commercial sales of the products or services are made, if applicable and available. 5. Written confirmation of registration in SAM ( www.sam.gov ). Offerors should be registered to be considered as a source. 7. Please provide the size classification of your business under the appropriate NAICS code. If you are classified as a small business, HUBZone small business, Service Disabled Veteran Owned small business, Woman-owned small business and/or 8(a) certified small business, please provide a detailed capability statement, focusing on your firm's proven ability to provide the range of requirements. 8. Please demonstrate your firm's capability to meet the requirements of FAR 52.219-14, Limitations on Subcontracting, for this requirement if you've identified your business as a small business. 9. Identification of any Government contractual vehicles available for use for this requirement, such as GSA Federal Supply Schedule contract numbers and GWACs by agency and contract numbers, if applicable. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation if issued. This announcement is Government market research and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Any questions regarding this notice must be submitted in writing to Joel Yerkey at joel.yerkey@us.af.mil. 6. DUNS number, CAGE code, and company structure (corporation, LLC, partnership, joint venture, etc.).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA5209-JOC-MODERIZATION/listing.html)
- Place of Performance
- Address: Yokota, Non-U.S., Japan
- Record
- SN04118873-W 20160519/160517234248-86a742d4835516c6f6f82f62ffb22d15 (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 |