Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2021 SAM #6993
SOURCES SOUGHT

J -- Deployable Communications Capability Systems (DCCS)

Notice Date
1/19/2021 3:07:16 PM
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
FA5000 673 CONS LGC JBER AK 99506-2501 USA
 
ZIP Code
99506-2501
 
Solicitation Number
FA500021R0006
 
Response Due
2/5/2021 5:00:00 PM
 
Archive Date
02/06/2021
 
Point of Contact
John F. Gosh, Phone: 9075525605, Susan R. Reinhart, Phone: 9075528116
 
E-Mail Address
john.gosh@us.af.mil, susan.reinhart.1@us.af.mil
(john.gosh@us.af.mil, susan.reinhart.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Deployable Communications Capability Systems Sources Sought 19 January 2021 1. The purpose of this sources sought is to obtain information from qualified and experienced contractors for Deployable Communications Capability Systems (DCCS) Services in JBER, Alaska. 2. The work to be performed is within the North American Industry Classification System (NAICS) Code 811213 Communication Equipment Repair and Maintenance Service and PSC J059, Maintenance, Repair and Rebuilding of Equipment: Electrical and Electronic Equipment Components. 3. The Government is contemplating a firm-fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a period of performance of five (5) years. One (1) Base Year and Four (4) Option Years 4. This potential acquisition is being considered as 100% Small Business Set-Aside. 5. The Government anticipates awarding to one (1) offeror. 6. The Government is requesting that interested parties, capable of satisfying the following DCCS requirements. The contractor shall provide all personnel, equipment, tools, materials, supervision, training, certifications and other items and services necessary to perform sustained �ready state�, preventive maintenance, mobilization, transport, operational deployment, setup, operate, maintain, sustain, break down and redeployment of the DCCS. The Contractor shall perform DCCS maintenance, operate, and maintain the transportable DCCS for Alaskan Command (ALCOM) under United Stated Northern Command (USNORTHCOM) at Joint Base Elmendorf-Richardson (JBER), Alaska. This proposed contract would accomplish DCCS, Preventive Maintenance, Readiness and Deployment Services and provide reliable secure communications for agency autonomous day-to-day operations. This contract will also incorporate �First Responders� especially during emergencies, critical situations, natural disasters, and multiple agency exercises to support participating ALMR cooperative Government agency missions. Response to this notice will include the following information: a. Company name b. Address c. Point of contact d. Telephone number e. E-mail address f. Website (if available) g. Commercial and Government Entity (CAGE) Code h. Data Universal Numbering System (DUNS) Number i. Firm's interest to qualify (e.g., prime contractor, teaming partner, joint venture, primary subcontractor) j. Socio-Economic status k. CAPABILITY STATEMENT: Interested parties must demonstrate a history of relevant Deployable Communications Capability Systems Services (DCCS) and recent (within the last five fiscal years) performance history. The history should identify contract or project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed. Information submitted shall be in sufficient detail as to allow for Government review of the firm's interest and capabilities. Responses shall be limited to six (6) pages (front only). 7. Responses to this request are due via email to John Gosh at john.gosh@us.af.mil and Susan Reinhart at susan.reinhart.1@us.af.mil no later than 4:00 P.M. on Friday, February 5, 2020 (AST). THERE IS NO SOLICITATION AT THIS TIME. This is only a request for information and any information provided is voluntary. All costs associated with responding to this request are solely at the interested parties� expense. Responses to this notice may be used to determine appropriate acquisition strategies for future acquisitions. Telephone inquiries will not be accepted or acknowledged. If a solicitation is issued, it will be posted at a later date utilizing the beta.SAM.gov website. All interested parties must respond to that solicitation announcement separately from the response to this notice and are responsible for monitoring the FBO website for the posting of any solicitation or subsequent updates.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8f02445d7e944614ab2c646934347aca/view)
 
Place of Performance
Address: JBER, AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN05894981-F 20210121/210119230111 (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.