Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
SOURCES SOUGHT

D -- Air Force Reserve Command Enterprisewide Videoteleconferencing Long TermMaintenance Services - Draft PWS

Notice Date
1/19/2012
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, HQ AF Reserve Command, 255 Richard Ray Blvd, Robins AFB, Georgia, 31098-1637
 
ZIP Code
31098-1637
 
Solicitation Number
F5BFSC1341AC01
 
Archive Date
2/21/2012
 
Point of Contact
Susan Forchette, Phone: 478-327-1617
 
E-Mail Address
susan.forchette@us.af.mil
(susan.forchette@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The Air Force Reserve Command (AFRC) located at Robins AFB, GA is contemplating a Firm Fixed Price contract with a Basic plus four option years to provide maintenance support for all video conferencing equipment currently installed at AFRC sites throughout the United States. There is no RFP available at this time. This synopsis is issued for the sole purpose of obtaining market information and an understanding of existing capabilities. The Government anticipates issuing a RFP, but may elect not to do so. Specifically, the contractor shall be required to provide: Technical Assistance Services; System Restoration Services; Help Desk Services; and Engineering Support. The contractor will be expected to provide the services included in the attached Draft Performance Work Statement. If you are interested in competing for this requirement, please indicate your interest by sending an e-mail (only) no later than 06 Feb 2012 time to Susan.Forchette@us.af.mil and include the following information in your Capability Statement. The Capability Statement should include the following elements and should not exceed 10 pages. 1. Prospective Offeror Identification: a. Company name and commercial and government entity (CAGE) code b. Address c. Phone Number d. Fax Number e. Email address f. Point of Contact information g. Identify your company type as a large or small, small disadvantaged, 8(a), veteran owned small business, disabled veteran owned small business, woman-owned small business and/or HUB zone business. Note: This Request for Information (RFI) is open to large and small businesses. Small businesses are encouraged to respond. A set-aside determination will be made upon completion of market research. 2. In the event that the Government issues a request for proposal (RFP) for this effort, request you identify your intent to submit a proposal or describe your likely level of participation. 3. Your capability statement should address the following, at a minimum: a. Describe your experience providing maintenance services on Tandberg 6000 and C-series VTC systems. Certification of training on this hardware shall be provided. b. Describe your experience providing maintenance services on the ADTRAN ISU512, ADTRAN 380, and ADTRAN 890 hardware. Certification of training on this hardware shall be provided. c. Describe your experience providing maintenance services on Criticom ISEC 320 and ISEC 323 hardware and CRITICOM dual-d dial isolator. Certification of training on this hardware shall be provided. d. Describe your experience providing CRESTON code capability for integration of VTC systems with other AV hardware. Proof of qualified CRESTON code capability shall be provided. e. Provide a list of the current contract vehicles your services may be procured from, to include General Service Administration (GSA), Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. 4. Responses should include recent (within the past three years or work that is ongoing) and relevant experience (work similar in type, scope, and complexity) to include contract numbers, project title, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. 5. Please note that a facility clearance at the classification level of SECRET will be required. Indicate your possession of or ability to obtain a SECRET classification for a facility clearance. 6. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/HQAFRC/F5BFSC1341AC01/listing.html)
 
Place of Performance
Address: Various AFRC sites throughout the United States, United States
 
Record
SN02657674-W 20120121/120119234922-28fbe7fd91f8571d134d121e555da592 (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.