SOURCES SOUGHT
D -- C4 Tactical
- Notice Date
- 7/24/2017
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Joint Base Lewis-McChord, ATTN: SFCA-NR-LS, Bldg 2015, Box 339500, Fort Lewis, Washington, 98433-9500, United States
- ZIP Code
- 98433-9500
- Solicitation Number
- PANMCC-17-P-0000-060110
- Archive Date
- 8/11/2017
- Point of Contact
- Patricia M. Dominguez, Phone: 254-287-5508, Charles F. Jacobs, Phone: 253-966-3489
- E-Mail Address
-
patricia.m.dominguez2.civ@mail.mil, charles.f.jacobs12.civ@mail.mil
(patricia.m.dominguez2.civ@mail.mil, charles.f.jacobs12.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT/MARKET RESEARCH Tactical Command, Control, Computers and Communications (C4) Support, Fort Hood, Texas INTRODUCTION The Mission and Installation Contracting Command (MICC) Joint Base Lewis-McChord (JBLM), Washington is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Fort Hood Tactical Command Posts (CPs), Emergency Operations Centers (EOCs), and other command and control (C2) cells. The intention is to procure these services on a competitive basis. The anticipated period of performance is one base year with the possibility of four (4) one (1) year options periods. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered, telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. MICC-JBLM is seeking industry information and comments from sources with the capability to perform the contract and with relevant experience in all of the functional areas mentioned in the Description of Services and Performance Work Statement. Interested parties shall complete and submit the attached Market Research Questionnaire to the Government. You are advised that providing a response to the questionnaire will not automatically include you in the acquisition process for future solicitation. PLACE OF PERFORMANCE: Fort Hood, Texas DISCLAIMER: This Sources Sought Notice is for planning purposes only and shall not be construed as a Request for Proposals (RFP), Invitation for Bid (IFB) or as an obligation on the part of the Government to acquire any services. Responses to this Sources Sought Notice shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. MICC JBLM will not accept unsolicited proposals related to the subject of this Sources Sought Notice. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this Sources Sought Notice that is marked "Proprietary" will be handled accordingly. Responses to this Sources Sought Notice will not be returned. Responders are solely responsible for all expenses associated and incurred by responding to this Sources Sought Notice. The Government reserves the right to determine how it should proceed as a result of this notice. Please submit your responses no later than Noon on 10 August 2017 via email to Pat Dominguez at patricia.m.dominguez2.civ@mail.mil. DESCRIPTION OF SERVICES: The Contractor shall provide all consultations, engineering, analysis, drawings, technical documentation, labor, supervision, supplies, materiel, transportation, and equipment necessary to conduct integration, maintenance, repair, replacement, installation, upgrade, fabrication and training for both tactical and garrison support to the Command, Control, Computers and Communications (C4) support, audio visual (AV) and systems integration in support of III Corps and its Major Subordinate Commands (MSCs), tenant organizations and other missions supported by Fort Hood. Under unique circumstances, task orders may be completed on other III Corps installations as specifically approved by the Contracting Officer (KO). The Contractor shall be responsible to provide all AV, video, digital, display, fiber optics, information technology (IT), video teleconference (VTC), multipoint conference unit (MCU), air conditioning, power, electrical grounding, fabrication support and networking equipment, intercom systems, and other components associated with the C4 of Fort Hood Tactical Command Posts (CPs), Tactical Operations Centers (TOCs), Emergency Operations Centers (EOC), unit Headquarters Command Conference Rooms (CCR) and other associated buildings and shelters supporting units with regard to the Overseas Contingency Operations (OCO) and any other military efforts. Support may be required for exercises anywhere within the Continental United States (CONUS) and Outside the Continental United States (OCONUS), only when approved by the KO. The Contractor will be reimbursed for travel, when approved by the Contracting Officer, in accordance with (IAW) the Joint Travel Regulation (JTR) and FAR 31.205.46. This contract will not support deployments of personnel to OCONUS in support of real-world missions; it will support training missions only. MARKET RESEARCH QUESTIONNAIRE Company Name: Central Contractor Registration (CCR): DUN/BPN number: Point of Contact (Name & Position): Mailing Address: Phone: Fax: E-Mail: NOTE: Responses will not be published outside the MICC JBLM Office but will be used as a tool for the upcoming acquisition. Please submit your response no later than 10 August 2017 by Noon via e-mail to Pat Dominguez at patricia.m.dominguez2.civ@mail.mil. 1. This requirement will be a small business set-aside. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business SB) [ ] yes [ ] no HubZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service-Disabled Veteran-Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran-Owned Small Business [ ] yes [ ] no Other 2. Does your company have experience in providing Tactical Command, Control, Computers and Communications (C4) Support as outlined in the attached DRAFT PWS? [ ] yes [ ] no 3. Is your company registered in System for Award Management (SAM)? [ ] yes [ ] no 4. Does your company accept Electronic Funds Transfer (EFT) for payment? (All payments will be made by EFT from the U.S. Treasury) [ ] yes [ ] no 5. The U.S. Government intends to offer a Firm-Fixed Price (FFP) type of contract, fully burdened rate based on a definitive parts list. Will your company propose/quote/bid on this type of pricing? [ ] yes [ ] no 6. Support may be required for exercises Outside the Continental United States (OCONUS) for training missions only, when approved by the KO. Will this prohibit you from providing a proposal, quote, or bid? [ ] yes [ ] no 7. This requirement will be offered under NAICS Code, 238210 Electrical Contractors and Other Wiring Installation Contractors -. Does your company have this code/affiliation in SAM? [ ] yes [ ] no 8. Provide additional feedback that is relevant to this requirement (e.g. problems and issues experienced with similar contracts). 9. This opportunity may be issued on or about 14 August 2017. Will your company be capable of providing a competitive proposal, quote, or bid within 30 days of solicitation notification during this time period? [ ] yes [ ] no 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of conducting preliminary planning market research to determine commercial market practices for the Tactical Command, Control, Computers and Communications (C4) Support at Fort Hood, Texas (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4e6dc6a9c90922a0a52d6d88b2343802)
- Place of Performance
- Address: III Corps Mission Support, Fort Hood, Texas, 76544, United States
- Zip Code: 76544
- Zip Code: 76544
- Record
- SN04592916-W 20170726/170725085447-4e6dc6a9c90922a0a52d6d88b2343802 (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 |