Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2008 FBO #2516
SOURCES SOUGHT

D -- OPERATION OF THE VISUAL INFORMATION, TELEVISION CONTROL, AND DRAFTING FUNCTIONS, TELEPHONE SWITCHBOARDS AND EMERGENCY ACTIONS OPERATIONS CENTER AT THE 114TH SIGNAL BATTALION, FORT DETRICK, MD

Notice Date
10/14/2008
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
ACA, ITEC4 - West, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS09R0001
 
Response Due
10/24/2008
 
Archive Date
12/23/2008
 
Point of Contact
lorraine.arciniega, 520-538-7404<br />
 
Small Business Set-Aside
8a Competitive
 
Description
Sources Sought Synopsis OPERATION OF THE VISUAL INFORMATION, TELEVISION CONTROL, AND DRAFTING FUNCTIONS, TELEPHONE SWITCHBOARDS AND EMERGENCY ACTIONS OPERATIONS CENTER AT THE 114TH SIGNAL BATTALION, FORT DETRICK, MD The Mission and Installation Contracting Command Information Technology, E-Commerce and Commercial Contracting Center-West (ITEC4-W) is seeking information on eligible 8(a) sources that can provide personnel, management and any other items and services not Government-furnished to operate and maintain a Visual Information Production facility, Video Editing facility, Digital Photography facility, Visual Information Graphics facility and Video teleconferencing (VTC) conference room facilities, operate and maintain a television closed circuit and broadcast services and TV control room facility; operate and maintain a Satellite TV-based production services; operate and maintain the Configuration Management system (CMS) Drafting Facility; provide Digital Red Switch Network (DRSN)/EPC operations; provide Land Mobile Radio (LMR) customer services; provide Call Center Service Desk services and provide telephone switchboard services. This is a market survey for information only. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of members of the 8(a) community who can support this requirement. The anticipated contract type is Firm Fixed Priced with time-and-materials CLINs. It is anticipated that the effort will be for a base year with four one-year option periods. The estimated number of labor hours over the 5 year period is 506,520. For the purposes of small businesses, the NAICS Code is 517919 and the size standard is $25 million in average annual receipts. If you believe your firm qualifies as a 8(a) Set-aside under the aforementioned criteria and has qualified personnel, relevant past performance experience, and the technical capability to perform the type of work specified in the attached draft Performance Work Statement, please submit a technical capability statement including the following information: (1) company name and mailing address (2) point of contact (name, telephone number, and e-mail address) (3) socio-economic status (small business, small disadvantaged business, woman-owned business, veteran-owned business, etc.) (4) a brief statement describing how your company might propose to perform the percentage of work specified in FAR Clause 52.219-14 (b)(1) i.e. a single small business or an affiliation and/or team of small businesses (Note: if more than one firm is contemplated, identify the socio-economic status of each and identify which aspects of the draft PWS will be performed by each firm) (5) number of employees (6) revenue for the past 3 years and (7) a brief summary of your companys experience and past performance within the past 3 years as it relates to the magnitude and scope of the requirements outlined in the attached draft PWS. Each company experience (Government or commercial) should include (a) name of project (b) brief description of project (c) contract or project number (d) client/customer point of contact (name, address, phone number, e-mail address) (e) dollar value of the contract/project (f) period of performance of the contract/project and (g) relevance of contract/project to requirements in the draft PWS. Technical capability statements can be submitted in your own format and shall be 10 pages or less. Again, this announcement is being used solely to determine if sufficient small business capability exists to set aside this acquisition for 8(a) small businesses. This is not a request for proposals nor is the technical capability statement considered to be a proposal. Large businesses should not respond to this announcement but may consider teaming with a small business or a team of small businesses. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The draft PWS, appendices, and draft DD Form 254, Department of Defense Contract Security Classification Specification, can be accessed at http://huachuca-www.army.mil/DOC/ITEC4W/HotInformation.htm. Please send information via e-mail to Joe L. Morris Jr. at joe.morrisjr@us.army.mil by 3:00 p.m., MST, 24 October 2008. Point of contact is Joe L. Morris Jr. at (520) 538-7457.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7f2e5b56bfab4b0d0191ed46ac194429&tab=core&_cview=1)
 
Place of Performance
Address: ACA, ITEC4 - West ITEC4 Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ<br />
Zip Code: 85613-5000<br />
 
Record
SN01691708-W 20081016/081014220459-7f2e5b56bfab4b0d0191ed46ac194429 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.