SOURCES SOUGHT
Z -- Video Teleconference Suite Maintenance RFI/Sources Sought
- Notice Date
- 1/4/2023 5:09:26 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- FA5000 673 CONS LGC JBER AK 99506-2501 USA
- ZIP Code
- 99506-2501
- Solicitation Number
- FA5000_VTC_RFI_23
- Response Due
- 1/18/2023 1:00:00 PM
- Point of Contact
- Matthew Crum, Phone: (907) 552-3771
- E-Mail Address
-
matthew.crum.1@us.af.mil
(matthew.crum.1@us.af.mil)
- Description
- REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT INQUIRY (SSI) THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.� REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.�� The 673d Contracting Squadron, Joint Base Elmendorf-Richardson (JBER), Alaska is seeking information and sources that can provide Audio/Visual and Video Teleconference Display Suite Maintenance located in buildings 10471 and 9480 on Joint Base Elmendorf-Richardson (JBER), AK. Potential services include Audio/Visual Maintenance Support, Audio/Visual Programming Support and Audio/Visual Equipment Lifecycle Management Support for 9 separate rooms located in two separate buildings. Please review the attached Performance Work Statement (PWS) DRAFT for full details on services contemplated under this effort. This Request for Information/Sources Sought Inquiry is open to all types of businesses, including small businesses, and requesting the following information from interested contractors: Response from any contractor who may be capable of performing the work identified in the attached PWS. Small Businesses please include your small business category information with your response. Answers to the following questions: Based off the information in the attached DRAFT PWS, what will be the major cost drivers for this requirement? Are the response times requested in the attached DRAFT PWS reasonable and meet with commercial standards? What is the minimum information that would be required to potentially add rooms in the out years? What, if any, reconfiguration would be required for your company to service the rooms identified in the attached DRAFT PWS? If equipment upgrades were to be integrated into this requirement, would your company be able to provide the equipment and installation of those upgrades? The anticipated North American Industry Classification Systems (NAICS) Code for this effort is 811210 � Communication Equipment Repair and Maintenance Services, with a corresponding Small Business Size Standard of $30.0M.� The information in this notice is based on current information available to date.� This information is subject to change and is not binding to the Government.� Any updated information will be provided in future announcements and posted electronically on the System for Award Management website at sam.gov.� Failure to respond to this Request for Information will not preclude participation in any future solicitation, if issued. The Government requests that interested parties who are capable of meeting this requirement respond to this notice and your response should include your Company Name and Address, Cage Code, DUNS Number, Company business size by NAICS code, Small Business Type (if applicable), Point of Contact for questions and/or clarification, Telephone Number, fax number and email address, Web Page URL, Teaming Partners (If applicable), and Provide any recommendations and/or concerns. Any additional information or updates to this RFI/SSI will be posted on sam.gov. Please e-mail your response to the following primary address:� matthew.crum.1@us.af.mil, no later than 21 days after the posting date. This RFI/SSI is issued solely for informational and planning purposes.� No funds are available to fund the information requested.� Oral submissions of information will not be accepted. RFI Amendment 01 In response to questions asked, the following responses are being provided: 1) Could you please provide an equipment list and serial number for each room so we can check warranty and age of equipment. ������������� -Existing hardware is listed in section 5.4 of the draft Performance Work Statement. We are not releasing more specific, serial number information with this RFI. However, we have noted this is a request that may be included in any potential future solicitation to allow for verification. 2) Is this a 9-5 facility or a 24 X 7? ������������� -Per section 1.7.3 of the Performance Work Statement, primary work hours are approximately 0800 - 1700 AKT Monday through Friday. Support may be required on weekends or federal holiday's based on operational need. 3) And will this support require an on-site technician? ������������� -A full-time technician will not be required to be on site. However, the contractor shall be responsible for regular maintenance and on-site troubleshooting as stated in Part 5, Specific Tasks under the draft Performance Work Statement. 4) Is this a new requirement or is there a contractor presently preforming the work or similar work (incumbent)? If so, can their information be provided? ������������� -This requirement is currently managed under several separate contracts that will be combined under this singular Performance Work Statement. The current contractors performing work are: ������������� ������������� -The Chariot Group, Inc., Anchorage, AK ���������������������������� -Sound Decisions (Audio Visual), Palmer, AK
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6a544416a1a246cf8147b21e336fcc8c/view)
- Place of Performance
- Address: JBER, AK 99506, USA
- Zip Code: 99506
- Country: USA
- Zip Code: 99506
- Record
- SN06556396-F 20230106/230104230110 (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 |