Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
SOURCES SOUGHT

70 -- Hirsch Automated Entry Control System - Performance Work Statement

Notice Date
5/10/2017
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
F4FFAR7107A001
 
Archive Date
5/27/2017
 
Point of Contact
Zachary M. Goit, Phone: 9376567446
 
E-Mail Address
zachary.goit@us.af.mil
(zachary.goit@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement THIS IS A SOURCES SOUGHT; THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. Requests for solicitation will receive no response. THIS SOURCES SOUGHT IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. This Sources Sought is conducted to identify potential sources capable of meeting the requirements for providing HQ AFMC or its successor organization(s). Please review, in this order, the Sources Sought, and the Performance Work Statement (PWS). The scope of HQ AFMC’s personnel responsibilities includes that personnel be able to easily access adjoining buildings in order to complete tasks and other assigned duties. Because of the need for personnel to be able to seamlessly move between buildings, HQ AFMC needs a contractor to install a Hirsch automated entry control system in Building 10262 and 10266 to match the system already installed in Building 10277 so that the HQ AFMC Complex buildings have the same automated entry control system. Statements should be submitted no later than 2:00 PM EST on 12 MAY 2017. The Air Force anticipates the period of performance will be three (3) months, 1 JULY 2017 thru 1 SEP 2018. The Air Force anticipates this acquisition will utilize procedures outlined in FAR Part 15-Contracting by Negotiation. Information is being collected from all mandatory sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a capabilities package. Interested contractors shall review, fill-in and return the attached Capabilities Matrix and may also submit a 10-12 page capabilities document. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract, and what the scope of the experience was. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. Statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. Please submit one (1) electronic copy of your response to Zachary Goit at zachary.goit@us.af.mil in AFLCMC/PZITB. Statements should be submitted no later than 2:00 PM EST on 12 MAY 2017. The Government will neither award a contract solely on the basis of this sources sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This sources sought does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOpps website. If you have any questions, you may contact, Zachary Goit, at zachary.goit@us.af.mil or (937) 656-7446. See attached: PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F4FFAR7107A001/listing.html)
 
Place of Performance
Address: HQ AFMC Complex Buildings, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04504514-W 20170512/170511000433-255a62c24ef9093720695621387960e8 (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.