Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOURCES SOUGHT

D -- Site Specific Telecommunication Support Services

Notice Date
12/5/2019 8:45:32 AM
 
Notice Type
Sources Sought
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D-20-R-0022
 
Response Due
12/11/2019 4:00:00 AM
 
Archive Date
12/26/2019
 
Point of Contact
Deborah R. Randall, Phone: 5026243424, Melody A. Price, Phone: 5026243513
 
E-Mail Address
deborah.r.randall.civ@mail.mil, melody.a.price8.civ@mail.mil
(deborah.r.randall.civ@mail.mil, melody.a.price8.civ@mail.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires a Contractor to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Site Specific Telecommunications Support Services (SSTSS) in support to the U.S. Army Recruiting Command (USAREC) as defined in this Performance Work Statement (PWS) on a small business 8(a) set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. SSTSS services include but are not limited to site surveys; site preparation; new installations, maintenance, relocations of telephone systems and/or data systems; cable installation; and moves, additions, changes and/or repairs at new sites or existing locations within the accessioning mission footprint. These service are needed at 1,970 USAREC locations throughout the Continental United States (CONUS), Alaska and Hawaii, and within the U.S. Territories. 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 adequate 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 Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 517311: Wired Telecommunications Carriers; small business size standard is 1,500 employees.A continuing need is anticipated for the Site Specific Telecommunications Support Service (SSTSS) requirement which is currently being fulfilled through current contract # W9124D-18-C-0007.Attached are the Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits for the requested services.In response to this sources sought, please email the below information by 11 December 2019, 07:00a.m. (est) to Contract Specialist, Deborah R. Randall at Deborah.r.randall.civ@mail.mil and Contracting Officer Melody A. Price at melody.a.price8.civ@mail.mil1. 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, EDWOSB, 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. This includes at least two examples of relevant prior experience to substantiate capability to perform the tasks specified in PWS Part 5, Specific Tasks.4. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 5. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified services.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, Scott Kukes, at scott.d.kukes.civ@mail.milor 210-466-2269, 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 notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/92712939655c42d1bca53c4f478460f6/view)
 
Record
SN05510449-F 20191207/191205230249 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.