Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOURCES SOUGHT

60 -- Fiber Optic Alarm Interceptor

Notice Date
7/14/2009
 
Notice Type
Sources Sought
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-09-T-0096
 
Response Due
7/24/2009
 
Archive Date
9/22/2009
 
Point of Contact
Johnny A. Redford, 703-428-0408<br />
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(johnny.redford@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The US Army Contracting Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of Department of Defense, Office of Inspector General (DoDIG), Office of Administration and Management, intends to procure Fiber Optic Alarm Interceptor equipment and maintenance using a HUB Zone certified small business set-aside, small business set-aside, or under full and open procedures. If at least two responsible HUB Zone certified small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 1:00 PM EST on 24 July 2009, the requirement will be solicited as a 100% set-aside for HUB Zone certified small business concerns. If two or more HUB Zone certified small businesses are not found capable, this requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open procedures. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a HUB Zone, or small business concern in NAICS code 423610 - Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers with a size standard of 100 employees are encouraged to submit their capability packages. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 5 pages and must be submitted electronically. Small businesses are to outline their experiences in the following: Areas or tasks where a contractor does not have prior experience should be annotated as such. 1. Demonstrate the ability to understand and provide Fiber Optic Alarm Interceptor equipment and maintenance. 2. Demonstrate that the Fiber Optic Alarm Interceptor equipment has the capability to communicate securely with people in other DoD agencies. 3. Demonstrate that the Fiber Optic Alarm Interceptor equipment shall alarm classified network lines and eliminate the need for rigid steel conduit 4. Demonstrate the knowledge and practical application of Fiber Optic Alarm Interceptor equipment. 5. Demonstrate past performance which clearly delineates the practice and ability to provide Fiber Optic Alarm Interceptor equipment. To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement Johnny Redford, johnny.redford@us.army.mil. A Firm Fixed Price contract is anticipated. The anticipated delivery date will be within 30 days of date of contract. The delivery location will be DODIG/OAIM-ALSD/SMD, 400 Army Navy Drive, Arlington, VA. Contractor personnel will not require a current secret clearance. A written Request for Proposal (RFP) will be posted on or about 3 September 2009. The RFP must be retrieved and downloaded from Federal Business Opportunities homepage at: https://www.fbo.gov/. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Johnny Redford, at johnny.redford@us.army.mil or Contracting Officer Patricia Thompson, at patricia.d.thompson@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-T-0096/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC<br />
Zip Code: 20310-5200<br />
 
Record
SN01874653-W 20090716/090715000014-e6c1e115abfcfcc9aa70cee0365d2346 (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.