Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOURCES SOUGHT

70 -- Installation/Upgrade of Advanced Console System USAFE - Attch2-Command Post- USAFE Theater AMC Enroutes Capability Check List - Attch1-Command Post Salient Characteristics

Notice Date
11/1/2012
 
Notice Type
Sources Sought
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
AdvancedConsole_USAFE
 
Point of Contact
Leonard L Johnson, Phone: 618 229 0049
 
E-Mail Address
leonard.johnson.13@us.af.mil
(leonard.johnson.13@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Salient Characteristics Capability Check List 1. Introduction The Air Mobility Command (AMC) is conducting market research to determine qualified, experienced, and interested potential sources. Part of the market research is to publish on FedBizOpps (FBO) a Request for Information (RFI) seeking market information on businesses capable of providing the services. The information requested by this RFI will be used within the Air Force to facilitate decision-making and will not be disclosed outside the agency. Firms choosing to respond to this RFI are cautioned that THIS RFI IS NOT A REQUEST FOR PROPOSAL. This RFI is a market research tool used to determine the capability of eligible business sources prior to determining the acquisition strategy and issuance of a request for proposal. A brief description of the requirement is as follows: AMC has a requirement to install a new Command Post system at Rota Spain and upgrade/tech refresh four (4) other AMC locations located in Incirlik Turkey, Ramstein Germany, Aviano Italy, and Spangdahlem. All systems must be Joint Interoperability Test Command (JITC) certified, have Multilevel Precedence and Preemption (MLPP) capability, and be interoperable for joint use within the Defense Information System Network (DISN). AMC is interested in the identification of capable sources to provide labor, material, supplies, services and personnel training for this requirement. The technical requirements of all systems must be brand name or equal to the latest JITC certified version of the Siemens HiPath 4000 Dispactch Command and Control Communication (CCC) System (Attch 1). If a respondent intends to propose another system that is compatible with Siemens hardware and is certified as interoperable for joint use within the DISN, the system name and capability information should also be included in the response. Please keep in mind this is a general description of the scope of work that could be required and does not define the final requirement. 2. Requested Information I. The attached Capability Check List and a document briefly stating the company's capabilities, including, at a minimum, the following: a. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. b. Company information (include Business size, CAGE Code, and DUNS) c. Anticipated Teaming Arrangements (highly encouraged if necessary) d. Demonstrate knowledge of typical terms and conditions for this type of work e. Identify Major Risks: general information to identify any major risks anticipated and/or associated with this type of effort (i.e., lead time, travel, etc.). II. Optional - Non-binding estimated cost to do the work Responses shall be written using Microsoft Word and limited to 10 pages; e-mail to Mr. Leonard Johnson, Contract Specialist, Leonard.Johnson.13@us.af.mil. 3. Small Business Set-Asides The applicable North American Industry Classification System (NAICS) Code is 517110, Wired Telecommunications Carriers. The small business size standard is 1,500 employees for this NAICS code. All interested sources (large and small) should notify this office by electronic mail or facsimile. 4. Questions Questions regarding this notice shall be submitted in writing by e-mail to Mr. Leonard Johnson, Contract Specialist, leonard.johnson.13@us.af.mil. Verbal questions will NOT be accepted. Questions regarding this notice will be answered by posting answers as an attachment entitled Questions and Answers to FBO; accordingly, questions shall NOT contain proprietary or classified information. 5. Summary THIS IS A RFI ONLY, and is being used as an instrument to identify sources that can meet the aforementioned requirement. The information provided in the RFI is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the items discussed, and the government will not pay for any information or administrative cost incurred in response to this sources sought. All cost associated with this sources sought will be solely at the expense of the respondents. Additionally, all submissions will become government property. No basis for a claim against the Government shall arise as a result from a response to this sources sought. The information requested by this RFI will be used within the Air Force to facilitate decision-making and will not be disclosed outside the agency. Anticipated solicitation posting date is Spring 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/AdvancedConsole_USAFE/listing.html)
 
Place of Performance
Address: Rota Spain, Incirlik Turkey, Ramstein Germany, Aviano Italy, Spangdahlem, United States
 
Record
SN02923230-W 20121103/121101234905-b5a9e3ad339b7602f5950a1e91b3bc8c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.