Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
SOURCES SOUGHT

D -- O&M of the BTS Cannon AFB

Notice Date
2/7/2011
 
Notice Type
Sources Sought
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 38 CEG/PK, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-11-R-0029
 
Archive Date
3/4/2011
 
Point of Contact
Kirsten R. Hawley, Phone: 4057349788, Michael R Treanor, Phone: 405-734-9640
 
E-Mail Address
kirsten.hawley@tinker.af.mil, Michael.Treanor@tinker.af.mil
(kirsten.hawley@tinker.af.mil, Michael.Treanor@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Sources Sought THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS ACTION IS BEING CONSIDERED FOR A 100% SET-ASIDE in one of the following: SMALL BUSINESS (SB); 8(A) SMALL BUSINESS (8A); HUBZONE (HZ); OR SERVICE DISABED VETERAN-OWNED SMALL BUSINESS (SDVOSB). NAICS CODE: 517110, SIZE STANDARD 1500 RESPONSE DEADLINE: 3:00 PM (CT) ON 17 February 2011 PURPOSE: The 38th O&M Services branch is seeking responsible sources that can perform Operation and Maintenance (O&M) and other services of the Base Telecommunications System (BTS) at Cannon Air Force Base. The proposed contract is anticipated to be for a base period and four one-year option periods, and fixed-price, single award, indefinite delivery/indefinite quantity contract type is contemplated. This announcement serves as a Sources Sought Notice for the upcoming competitive acquisition of which is being considered for a 100% set-aside in one of the following: Small Business (SB); 8(A) Small Business (8A); HUBZone (HZ); or Service Disabled Veteran-Owned-Small Business (SDVOSB). The size of a small business firm includes all parents, subsidiaries, affiliates, etc. All potential offerors are reminded that, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004 (Required Central Contractor Registration), they must be registered at www.ccr.gov. Lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for consideration for award of a contract. This Sources Sought Notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The information gathered will be used by the government for two purposes. First, it will be used to determine company/industry capability and for determining if and what type of small business set-aside will be appropriate for the resultant solicitation and contract award. Second, it will be used to further refine the government's requirement. All responsible small businesses capable of providing these services are invited to respond. Any information provided by industry to the Government as a result of this notice is voluntary. This notice is for planning purposes only and does not commit the Government to pay for the information provided. No response is necessary if you are not interested in providing this service. This is not a request for proposals. Do not submit a proposal at this time. Any proceeding solicitation will be published on Federal Business Opportunities (www.fedbizopps.gov). It is the potential offeror's responsibility to monitor this site for future synopsis/solicitation information. GENERAL INFORMATION: The size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be certified in the Online Representations and Certifications Application (ORCA) located at https://orca.bpn.gov/. Limitations on Subcontracting. IAW FAR 52.219-14(b) by submission of an offer and execution of a contract, the Offeror/Contractor will agree "that in performance of the contract in the case of a contract for -- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." 8(a). IAW FAR 19.802, selecting concerns for the 8(a) Program is the responsibility of the SBA and is based on the criteria established in 13 CFR 124.101-112. HZ. IAW FAR 19.1303, Status as a HZ small business concern is determined by the SBA in accordance with 13 CFR Part 126. If the SBA determines that a concern is a HZ small business concern, it will issue a certification to that effect and will add the concern to the List of Qualified HZ Small Business Concerns at http://dsbs.sba.gov/dsbs/search/dsp_searchhubzone.cfm. Only firms on the list are HZ small business concerns, eligible for HZ preferences. HZ preferences apply without regard to the place of performance. Information on HZ small business concerns can also be obtained at http://www.sba.gov/hubzone or by writing to the Director for the HZ Program (Director/HUB) at U.S. Small Business Administration, 409 3rd Street, SW., Washington, DC 20416 or at hubzone@sba.gov. A joint venture may be considered a HZ small business concern if it meets the criteria in the explanation of affiliates (see FAR 19.101). To be eligible for a HZ contract under this FAR section, a HZ small business concern must be a HZ small business concern both at the time of its initial offer and at the time of contract award. SDVOSB. IAW FAR 19.140, status as a SDVOSB is determined in accordance with 13 CFR parts 125.8 through 125.13; also see 19.307. At the time that a SDVOSB submits its offer, it must represent to the contracting officer that it is a-- SDVOSB concern and Small business concern under the North American Industry Classification System (NAICS) code assigned to the procurement (517110). A joint venture may be considered a SDVOSB if--at least one member of the joint venture is a SDVOSB concern, and makes the representations in paragraph (b) of this section; each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement (517110); the joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in FAR 19.101; and the joint venture meets the requirements of 13 CFR 125.15(b). Any SDVOSB (non-manufacturer) must meet the requirements in FAR 19.102(f) to receive a benefit under this program. INSTRUCTIONS: Prime Contractors who are in one of the categories identified above and who intend to submit a proposal for this solicitation MUST submit the following by e-mail (Subject: Response to Sources Sought Notice for Cannon AFB O&M BTS Acquisition) to kirsten.hawley@tinker.af.mil or by FAX to 405-734-9220 (Attn: Kirsten Hawley) for receipt by 3:00 pm on 17 Feb 2011: (1) Company Identification (and the same for any teaming partners, sub-contractors, etc) to include: Company Name and Address; CAGE Code; DUNS number; Point of Contact (Name, telephone and e-mail) to contact for further information; (2) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor; (3) A copy of the letter from SBA with the date of HUBZone small business certification or acceptance to the 8(A) small business program, if applicable. In the case of a SDVOSB you must provide proof of eligibility (DD form 214 or a letter of adjudication from the Veterans Administration). This information must be provided in order to determine eligibility - DO NOT SEND COPIES OF YOUR CCR PROFILE. (4) Detailed descriptions of contracts your firm holds or has held within the last three years which are similar in scope to the work outlined under GENERAL SCOPE OF WORK below, including but not limited to list of equipment operated and maintained (by specific manufacturer and model); value of contract; period of performance; contracting agency point of contact information; and any other information that will indicate the contract is relevant to the anticipated contract and specifically how it is considered relevant by the intended offeror. GENERAL SCOPE OF WORK: The Contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision and other items and services, unless specified in this contract as Government Furnished Property (GFP). Work under this PWS will support the mission of 27 Special Operations Communications Squadron (27 SOCS) at Cannon Air Force Base by providing highly reliable wired telecommunications and networked voice, video and data services. The Contractor shall perform Operation and Maintenance (O&M) and other services required to ensure the Base Telecommunications System (BTS) is available 24 hours per day, 7 days per week. The BTS consists of the base telephone system switch(es), the outside plant (OSP) and inside plant (ISP) systems, network, transmission systems, and all associated equipment, which may include other systems (e.g. VoIP, radio, etc). The Contractor shall operate and maintain all BTS equipment and systems in accordance with (IAW) the Original Equipment Manufacturers' (OEM) technical manuals and specifications, Department of Defense (DoD) and US Air Force (AF) policy and regulations, applicable federal, state, and local laws and regulations. The base currently uses the Nortel CS2100 telephone switch equipment to support its mission. Other equipment is also included in the full requirement, which will be available when the solicitation is posted. The purpose of this notice is to expand upon market research; therefore only the primary switching system is included within this synopsis. Note that due to changes in technology, it is expected that this equipment may be upgraded or otherwise changed throughout the life of the acquisition and resultant contract. Changes made prior to contract award will be made via amendment to the solicitation. Within scope changes made post-award will be made via contract modification. Contracting Office Address: 38 CEG/PKL 4079 HILLTOP RD TINKER AFB OK 73145-2713 Place of Performance: Cannon AFB New Mexico United States Primary Point of Contact: Kirsten Hawley Contract Specialist kirsten.hawley@tinker.af.mil Phone: 405-734-9788 Fax: 405-734-9220 Secondary Point of Contact: Michael Treanor michael.treanor@tinker.af.mil Phone: 405-734-9788 Fax: 405-734-9220
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/09ccf1bdb3e104562f75a878f28e4af3)
 
Place of Performance
Address: See below, Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN02374313-W 20110209/110207234105-09ccf1bdb3e104562f75a878f28e4af3 (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.