SOURCES SOUGHT
63 -- Twelve month warranty on a Griffin 800 Serires Detection System to include all labor and services
- Notice Date
- 5/17/2016
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581, United States
- ZIP Code
- 79607-1581
- Solicitation Number
- FA4661-16-Q-0055
- Archive Date
- 6/8/2016
- Point of Contact
- Alphonso C. Smith, Phone: 3256962277, Brittany Barlow, Phone: 325-696-1457
- E-Mail Address
-
alphonso.smith.3@us.af.mil, brittany.barlow@us.af.mil
(alphonso.smith.3@us.af.mil, brittany.barlow@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT FOR GRIFFIN 800 SERIES DETECTION SYSTEM THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTATION OR AN ANNOUNCEMENT OF A SOLICITATION. This sources sought request for information is for the purpose of conducting market research to provide data for planning purposes. This sources sought synopsis announcement does not constitute a formal solicitation and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. Dyess AFB located in Abilene Texas, is seeking potential sources capable of supplying a twelve (12) month warranty on a Griffin 800 Serires Detection System to include all labor, services, tools, materials, equipment, transportation, supervision and all requirements listed in the statement of work. The Contractor will supply direct hotline support and contact the designated support center directly for answers to questions. Hours would be Monday through Friday (exclusding hoidays) from 7:00 a.m to 3:00 p.m., Central Standard Time and 24 hr Voice Messaging System and email support. (See Attachment 1) for the 7 SFS statement of work. Feedback, questions, and comments regarding the attached technical capabilities are welcomed. Interested firms are invited to submit a Statement of Capability (SOC) showing the company's ability to fulfill the requirement described above. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. This is not a solicitation nor will a solicitation package be issued as a result of this announcement, and no award shall be made as a result of this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number or Request for Quotation (RFQ) and the announcement may be published on FEDBIZOPPS. Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. Firms responding to this announcement should include company name, cage code, point of contact, address, phone number, small business size, and indicate whether they are small business, 8(a) concern, veteran- owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business. For the purposes of being considered a small business, the following applies: NAICS - 334511, Size Standard-1,250 emp. The Government reserves the right to set-aside any subsequent acquisition based upon known sources and/or responses to this synopsis. Responses are requested no later than 12:00 P.M. (CST) on 20 May 2016. Direct responses and/or questions to Alphonso Smith, alphonso.smith.3@us.af.mil. Direct expression of interest as well as required documentation should be addressed in writing to the Contract Specialist. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation. Contracting Office Address: Place of Performance: 7th Contracting Squadron AFGSC 7 SFS 381 3rd Street Bldg 7238 Dyess AFB, TX 79607-1581 Dyess AFB, TX 79607-1581 United States United States Primary Point of Contact: Secondary Point of Contact: Alphonso Smith SSgt, Brittany Barlow (325) 696-6043 (325) 696-2289 Alphonso.smith.3@us.af.mil brittany.barlow@us.af.mil Attachment 1: Statement of work 1. DESCRIPTION OF WORK 1.1 PLACE OF PERFORMANCE Dyess AFB (DAFB), Texas, (382 Avenue B, Building 6123, (7 SFS Training Building). 1.2 REQUIREMENTS 1.2.1 The contractor shall provide all labor, services, tools, materials, equipment, transportation, supervision and all requirements to provide twelve (12) months of Warranty. 1.2.2 The contractor shall provide direct Hotline Support. Customer may contact the designated support center directly for answers to questions Monday through Friday (excluding holidays) from 7:00 a.m. to 3:00 p.m., Central Standard Time. 1.2.3 The contractor shall provide 24-Hour Voice Messaging System. 1.2.4 The contractor shall provide Email Support. 1.2.5 During the term of the warranty, the remedy for any defect or nonconformity ("Defect") in any System hardware identified hereunder shall be the contractor's reasonable effort to correct or cure such Defect, or, at the contractor's option, to replace such System hardware. 1.2.6 Customer shall notify the contractor in writing within thirty (30) days of discovery of the defect, but no later than the last day of the warranty period. 1.2.7 The contractor shall provide authorization within two (2) business days from receipt of notification for the return of the nonconforming or defective material(s) to the contractor. 1.2.8 Corrections and/or repairs shall be accomplished within twenty-one (21) business days beginning upon receipt at the contractor's designated repair depot to shipment from repair depot. In the event any repair or replacement requires additional time to perform, the contractor shall notify the customer of the anticipated return date. 1.2.9 The contractor shall bear shipping costs for replacement items and/or repaired items, including cost of packing, and transportation for such corrected products or material. 1.2.10 The contractor shall not be required to provide any services during the warranty term relating to problems caused by or arising out of: 1.2.10.1.1 Customer's failure to implement all updates, error corrections and releases to any software products issued during the term and/or warranty term of any resulting contract; 1.2.10.1.2 any alterations of or additions to software other than those provided by the contractor under any resulting contract; 1.2.10.1.3 use of the System in a manner for which it was not designed; 1.2.10.1.4 accident, negligence, or misuse of the System; 1.2.10.1.5 operation outside of environmental specification; 1.2.10.1.6 interconnection of the System with other products not supplied by or approved by the manufacturer; or 1.2.10.1.7 introduction of data into any database used by the software by any means other than the intended use of the software. 1.2.11 Contractor must be experienced in servicing the Griffin 800 series detection equipment. 1.2.12 All Work shall be in accordance with the manufacturer's requirements. 1.2.13 Contractor must have all employees badged at the Dyess AFB Pass and Registration Section to work on this contract. All personnel will undergo a background check (note: there is a minimum 72 hours required for processing checks). Any persons denied entry during the background check, will not be permitted on the base for any reason. All contractor personnel who are cleared for entry will receive a contractor's badge and register all vehicles in accordance with current guidelines. 1.3 REQUIREMENT OVERVIEW This Performance Work Statement (PWS) defines the work required to provide twelve (12) months of Extended Warranty Support (Warranty). Warranty will be provided for QTY 2 Griffin 800 series detection equipment systems located at Dyess Air Force Base. This effort will include all labor, services, tools, materials, equipment, transportation, supervision and all requirements that will meet the specifications as detailed in this PWS. 2. DESCRIPTION 2.1 The contractor shall provide all labor, services, tools, materials, equipment, transportation, supervision and all requirements to provide up to twelve (12) months of Warranty for two Griffin 800 series systems. 2.2 The Griffin systems include two detection systems; (824 models). 2.3 All work must be accomplished in such a manner that minimum inconvenience will be caused to the using agency. 2.4 All routine work shall be completed within one week. 2.5 The Government requires all documentation be in either Microsoft Excel or Microsoft Word. 3. EMERGENCY SERVICES Not Applicable 4. PERFORMANCE The performance period will be accomplished within 30 working days after receipt of contract. 5. QUALITY ASSURANCE 5.1 Inspection at Dyess designated simulator facilities: 5.1.1 The contractor must inspect the machines and equipment for functionality at and provide a copy of the inspection checklist to the Government Technical Representative (GTR) and the Contracting Officer (CO), upon completion of the site visit(s). 5.1.2 If there are any additional services required to any computers or equipment a written quote must be submitted to the GTR and CO for approval. A modification to the contract would be required prior to providing any major additional services on the detection systems. The GTR is not authorized to obligate the government in any capacity. 5.2 Inspection Checklist Items 5.2.1 Did the contractor provide a copy of the service ticket? 5.2.2 During on-site inspection, were all items service items completed? 5.2.3 Are the simulators and/or associated equipment repaired in proper working condition? 5.2.4 Are there any additional services required? If so, will it be rescheduled? Base Closures. Work scheduled but not accomplished because of base closure due to weather, exercises, or actual alert will be accomplished as soon as possible after reopening the base.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/404b686f93bbd47a7c622350f90da0fc)
- Place of Performance
- Address: 382 Ave B building 6123, Dyess AFB, Dyess, Texas, 79607, United States
- Zip Code: 79607
- Zip Code: 79607
- Record
- SN04118923-W 20160519/160517234319-404b686f93bbd47a7c622350f90da0fc (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 |