SOURCES SOUGHT
67 -- Video Equipment Maintenance
- Notice Date
- 8/16/2010
- Notice Type
- Sources Sought
- NAICS
- 811211
— Consumer Electronics Repair and Maintenance
- Contracting Office
- Dugway Proving Ground DOC, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S6SOURCESSOUGHT
- Response Due
- 8/26/2010
- Archive Date
- 10/25/2010
- Point of Contact
- Monty Kurtz, 435-831-2501
- E-Mail Address
-
Dugway Proving Ground DOC
(monty.kurtz@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Dugway Proving Ground Directorate of Contracting is seeking sources that can provide Electronic/Video Systems Maintenance and Repair for Data Collection Equipment, Video Cameras, Editing, and Duplication and Transmission Equipment. The Test Data Imaging Branch at the West Desert Test Center (WDTC) has the responsibility of providing the following services: Field Instrumentation Data Collection Equipment, Video Camera Maintenance, and Video/Multimedia Editing Systems. These services will be utilized for compiling and creating video productions with narration and other audio. This responsibility includes maintain/repair and manage High Definition Video Cameras, High Speed Video Cameras, KTM tracking mount Video Cameras, DVD duplication and transmission equipment. WDTC is responsible for the maintenance and servicing Video Van/truck Production Equipment consisting of analog Sony Beta cam Recorders/Players, three ENG remotely cabled Sony Video Cameras, Grass Valley 100 Live Production Switcher, and Multi Channel Sony Audio Mixing Board. Interested Contractors would be required to perform the following services: 1) Perform maintenance on Test Data Imaging Branch video equipment to include, cleaning, timing, phasing, aligning, and replacement of broken or worn parts.etc; 2) assemble video production equipment as new or used equipment is integrated, repaired and or reinstalled; 3) assemble any storage racks and mount any purchased or existing Test Data Imaging Branch hardware; 4) design and construct component systems to meet unique program/test requirements; 4) provide 24 hr response time for emergency situations; 5) maintain contact with equipment manufacturers, ensuring software and hardware updates are installed and operational; and 6) recommend upgrades to existing equipment to maintain state of the art capability. A determination on the contract type, mechanism for procuring the services, and possible set-aside will not be made by the Government until after the market research has been completed. No proposals are being requested or accepted under this synopsis. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 811211and the size standard is$7.0Million. Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcment: (1) business name and address; (2) name of company representative and their business title; (3) pertinent details and experience of doing this type of services (identify any relationship with work conducted with the Governments chemical and biological programs); (4) business size as it relates to the NAICS code and size standard stated in this sources sought announcement; (5) contract types typically used for these types of services; and (6) other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) Federal Supply Schedules; ITEC 4 contracts; and/or any other Department of Defense contracts. PROCEDURES: This Request For Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this RFI. Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army Contracting Command, Mission Installation Contracting Command, Attn: (Monty Kurtz, Contract Specialist), 5330 Valdez Circle MS #1, Bldg 5330, Dugway, Utah 84022-5001. No basis for claim against the Government shall arise as a result of a response to this SOURCES SOUGHT or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Responses must be submitted no later that 5:00 PM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), August 26, 2010 via email (monty.kurtz@us.army.mil) or facsimile (435-831-2085). The point of contact concerning this sources sought action is Mr. Monty Kurtz, Contract Specialist at (435) 831-2501, or email monty.kurtz@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0685656a61cd3eaa00a557a5830493ff)
- Place of Performance
- Address: Dugway Proving Ground DOC Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Zip Code: 84022-5000
- Record
- SN02242576-W 20100818/100816235741-0685656a61cd3eaa00a557a5830493ff (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 |