SOURCES SOUGHT
99 -- Weapons Storage and Security Systems (WS3) Alarm Communication & Display (AC&D) Sustainment
- Notice Date
- 4/14/2022 1:26:56 PM
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- FA9422 AFNWC PZ KIRTLAND AFB NM 87117-0001 USA
- ZIP Code
- 87117-0001
- Solicitation Number
- FA9422-22-R-0005
- Response Due
- 4/29/2022 3:00:00 PM
- Point of Contact
- Jessica Perez, Ramon Martinez
- E-Mail Address
-
jessica.perez.23@us.af.mil, ramon.martinez.4@us.af.mil
(jessica.perez.23@us.af.mil, ramon.martinez.4@us.af.mil)
- Description
- This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.� The proposed North American Industry Classification Systems (NAICS) code is 334290, which has a corresponding size standard of 750. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUB-Zone, and Woman-Owned small business concerns.� The Government requests that interested parties respond to this notice and identify your small business status in relation to the aforementioned NAICS code, if applicable. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers within the past three years.� Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime contractor and the work that will be accomplished by the teaming partner.� The Government will use this information for acquisition planning purposes. DETAILS The following information is provided to identify potential contractors who have the skills, experience, and knowledge required to successfully provide the described capability. AFNWC intends to award a 9-month contract with four 12-month option periods for comprehensive training, technical support, program management, and system life cycle support expertise for the sustainment of the Alarm Communication & Display (AC&D) system of the eight (8) Weapons Storage and Security Systems (WS3) sites and the WS3 Depot in San Antonio. The anticipated effort will be a Cost-Plus Fixed Fee contract and Cost Reimbursable (CR) for travel and materials. The support will cover all AC&D subsystems to include the Open Architecture network, LINX Defense Predator Elite integration systems, and Prometheus Security Group�s Video Image Control and Display Systems (VICADS). The services the contractor shall provide include; Program Management, Technical Support, Training, System Lifecycle Support. Deliverables include Monthly Status Reports, Presentation Materials, Record of Meeting Actions, Cost Status Reports, Post Visit Reports, Trouble Shooting Strategies, Onsite Training Materials, Remote Training Materials, Obsolescence Mitigation Assessment, Obsolescence Case Resolution, Spares Procurement Assessment, Technical Refresh Assessment, Technical Order Improvement Assessment, Disaster Recovery Procedures, Supply Chain Risk Assessment, and Software /Firmware Update Implementation Procedures as directed. RESPONSES THIS IS A REQUEST FOR INFORMATION ONLY.� This Sources Sought Synopsis is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future.� As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to contract for any supply or service whatsoever, furthermore, the Government is not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this synopsis. All costs associated with responding to this synopsis will be solely at the responding party�s expense.� The Government requests that non-proprietary information be submitted in response; however, should proprietary information be submitted, it should be marked �PROPRIETARY� and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified.� Proprietary information will be safeguarded in accordance with the applicable Government regulations. Please submit all responses or inquiries to this Sources Sought Synopsis via email to the addresses provided below.� When responding, please include the following information: a)� Company name, address, and CAGE code. b)� (Key Management Personnel) Point of contact information (phone number and email address). c)� Business classification (e.g. large or small, 8(a), women-owned, etc.), in accordance with the NAICS code identified above. d)� Are you a U.S. or foreign-owned entity? e)� Would your company operate as a prime contractor? f)� What is the lead time for task performance? g)� What is your familiarity with the LINX Predator Elite integration systems, Prometheus Security Group�s VICADS, and open networks that integrate these subsystems? h)� How do you intend to meet the requirements identified in this Sources Sought Synopsis? i)� Do you have access to the required proprietary data necessary to perform this effort?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a54e238a00bd4e53974a2638ecf48131/view)
- Record
- SN06298973-F 20220416/220414234153 (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 |