Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
SOURCES SOUGHT

58 -- VOLICON MAINTENANCE SUPPORT OF VOLICON AIR LOGGERS

Notice Date
3/3/2015
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ0028-FY15-0002
 
Archive Date
4/2/2015
 
Point of Contact
Susan M. Madrid, Phone: 951-413-2371
 
E-Mail Address
susan.m.madrid.civ@mail.mil
(susan.m.madrid.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
HQ0028-FY15-0002 SOURCES SOUGHT ANNOUNCEMENT VOLICON MAINTENANCE SUPPORT OF VOLICON AIR LOGGERS The Defense Media Activity (DMA) is seeking authorized sources to provide remote problem diagnostic and telephone support, to include all major and dot software releases, software bug fixes and advanced replacement parts and materials of server platforms for the Volicon Observer and Transport Stream loggers. CONTRACTING OFFICE ADDRESS: DMA Contracting Office - West 23755 Z Street, Bldg. 2730 Riverside, CA 92518-2031 INTRODUCTION: This is a Sources Sought Synopsis to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The American Forces Network - Broadcast Center (AFN-BC) is seeking 12- month maintenance support, with 2 Option Years, for 4 customized Volicon Observer Transport Stream loggers, 2 customized Volicon Observer SDI 4-channel loggers and one Volicon Central Server. The Volicon Observer software is proprietary to Volicon, Inc. The AFN-BC customized Observers log AFN television program with close caption and AFN radio services. AFN-BC administrates user access and privileges and controls viewing and listening aspects of recorded content. This allows AFN-BC to add or delete users, assign privileges and rights, and control bandwidth during system usage. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HQ0028-13-P-0136; HQ0028-14-P-0106; HQ0028-14-P-0136 Contract Type: Firm Fixed-Price Incumbent and their size: Volicon, Inc., Small Business Method of previous acquisition: Sole Sourced Provide Brief description of the current program/effort: Enterprise Maintenance Support List Anticipated Time Frame: 1 June 2015 - 31 May 2016, plus 2 Option Years List Place of Performance: NA REQUIRED CAPABILITIES: Original Equipment Manufacturer (OEM) (Volicon, Inc.) authorized resellers to provide annual maintenance support for Volicon Observer platforms and software. Remote problem diagnostic and telephone support (8AM - 6PM EST/CET, Mon-Fri, excluding US Federal holidays) for hardware and software. Advanced replacement parts and materials for defective platforms, software bug fixes and all major and dot software releases. SPECIAL REQUIREMENTS: N/A SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 334310, with fewer than 750 employees. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DMA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 6) OEM certification that vendor is a Manufacturer Authorized Channel Partner with either Premier, Silver or Gold status as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Vendors who wish to respond to this should send responses via email NLT 18 March 2015, 2:00 PM Pacific Daylight Time (PDT) to susan.m.madrid.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/84f1f7b3a6b1ba4c2e0348750d825318)
 
Place of Performance
Address: 23755 Z. Street, Riverside, California, 92518, United States
Zip Code: 92518
 
Record
SN03656777-W 20150305/150303234504-84f1f7b3a6b1ba4c2e0348750d825318 (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.