Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2022 SAM #7468
SOURCES SOUGHT

J -- Giant Voice System Upgrade

Notice Date
5/10/2022 6:45:18 PM
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
FA6703 94TH CONTRACTING FLIGHT PK DOBBINS AFB GA 30069-4900 USA
 
ZIP Code
30069-4900
 
Solicitation Number
FA670322R0003
 
Response Due
5/20/2022 12:00:00 PM
 
Point of Contact
Leslie Christoferson, Cynthia D. Weaver
 
E-Mail Address
leslie.christoferson@us.af.mil, cynthia.weaver@us.af.mil
(leslie.christoferson@us.af.mil, cynthia.weaver@us.af.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice is issued solely for informational planning purposes and market research in accordance with Federal Acquisition Regulation (FAR) Part 10 and shall not be construed as a solicitation or obligation on the part of the Government. This is NOT a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB) and DOES NOT serve to bind the U.S. Government in any way.� Interested parties shall not be reimbursed for any costs associated with preparation of their responses. The information obtained from�responses to this notice may be used to develop an�acquisition strategy and future solicitation.� The 94th Contracting Flight, is conducting additional market research to identify potential firms that have the skills, experience, knowledge and capabilities required to upgrade the existing Giant Voice (GV) System at Dobbins Air Reserve Base (ARB) GA in accordance with the attached DRAFT Statement of Work (SOW) (Attachment 1) and Drawings (Attachment 2). Interested Offerors are encouraged to review the DRAFT SOW and provide comments and/or questions. The applicable North American Industry Classification System (NAICS) code is 811213 � Communication Equipment Repair and Maintenance. The applicable small business size standard is $12M. The intent of this notice is to identify qualified businesses interested in and capable of providing the required services. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition is in the Government's best interest.� If this effort is to be set aside for small business concerns, then a clause such as FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2020-O0008), will apply and the prime contractor will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. For your convenience, a copy of FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2020-O0008) is provided for reference (Attachment 3). Responses to this notice will be used by the Government to make the appropriate acquisition decision.� Responses to this Sources Sought shall include: Business Name CAGE Code & UEI Number Brief Description of Company�s relevant history Physical/Mailing Address Business Size Point of contact Firm's Capability Statement (no more than 5-pages in length) Socio-Economic Status: i.e. HubZone, Service Disabled Veteran Owned Small Business (SDVOSB), 8(a), Women Owned Small Business (WOSB), Large etc. In addition, AFRC 94 CONF/PK is seeking feedback from interested industry organizations who consider themselves capable of performing the work identified in the DRAFT SOW. Interested vendors are asked to provide feedback/comments relating to the DRAFT SOW via the Industry Feedback Form (Attachment 4). All interested parties, regardless of business size, are invited to submit their responses to Leslie Christoferson, Contract Specialist (Leslie.Christoferson@us.af.mil) with an email copy to Cynthia Weaver (cynthia.weaver@us.af.mil). All responses must be sent by email. Facsimiles will not be accepted. Contractors must be registered in the System for Award Management (http://www.sam.gov). All information must be received before 3:00 PM (ET) 20 May 2022 to be considered. This Sources Sought serves as Market Research only, not a firm commitment on the part of the U.S. Government. A solicitation is not currently available. If a solicitation is issued, it will be posted at a later date and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9c0116f8cfea47c3b81250095e99467d/view)
 
Place of Performance
Address: Marietta, GA 30069, USA
Zip Code: 30069
Country: USA
 
Record
SN06323213-F 20220512/220510230059 (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.