Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOURCES SOUGHT

58 -- West Point-DAS Equipment-Antenna - PERFORMANCE WORK STATEMENT (PWS)

Notice Date
5/25/2017
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - West Point, 681 Hardee Place, West Point, New York, 10996-1514, United States
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD-17-T-0314
 
Archive Date
7/1/2017
 
Point of Contact
Sonya D. Van Valkenburg, Phone: 8459382217
 
E-Mail Address
sonya.d.vanvalkenburg.civ@mail.mil
(sonya.d.vanvalkenburg.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PERFORMANCE WORK STATEMENT (PWS) SOURCES SOUGHT This is a Sources Sought Notice ONLY. The U.S. Government has a requirement for "CHESS Requirement" - "Sole Source"- for DAS Equipment-Antenna for the Dean's area at West Point, NY in accordance on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. 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. The anticipated NAICS code(s) is 517410 - Earth stations for satellite communication carriers size standard is $32,500,000 employees. QYT = 1. The U.S. Army Garrison, West Point, NY is seeking sources to provide all necessary labor and consumable materials to install Distributed Antenna System (DAS) equipment, removal of all debris and working within a secure facility. The work will require the following actions to be completed: The contractor shall provide the following services: all necessary labor and consumable materials for installation of the Distributed Antenna System. The contract will install the DAS hardware into an existing infrastructure to the Dean's office and run fiber from the Taylor Hall head end on B2 down to B3, across the ceiling to the vertical chase that goes up to the first floor in the Dean's office. The Contractor will provide written daily work accomplishments to the Security Officer. Identified in this will be any work that is required outside the scope of the agreed upon hours. Contractors With access to a Government information system must successfully complete the DOD Information Assurance Awareness training at https:iasignal.army.mil/ prior to access to the information systems and then annually thereafter. The contractor must be registered in the Army Training Certification Tracking System (ATCTS) at the commencement of services. DISA Security Technical Implementation Guide for Wireless will be adhered to in configuration of the devices. A Successful NCIC III Background check must be completed on all contractors prior to the execution of the contract. Please see PERFORMANCE WORK STATEMENT (PWS). 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, GSA,CHESS,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 Distributed Antenna System (DAS) equipment 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. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Sonya Van Valkenburg, at Sonya.D.Vanvalkenburg.civ@mail.mil 845-938-2217, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0f9732e9d3dae29b50a9c50e36121c1e)
 
Place of Performance
Address: USMA, Bldg 913 Washington RD, West Point, New York, 10996, United States
Zip Code: 10996
 
Record
SN04522763-W 20170527/170526001122-0f9732e9d3dae29b50a9c50e36121c1e (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.