Inactive
Notice ID:PANHES-19-P-0000_010805
This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified small business sources under North American Industry Classification System (NAICS) 811213 for (Communication Equipment ...
This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified small business sources under North American Industry Classification System (NAICS) 811213 for (Communication Equipment Repair and Maintenance Services). The Small Business Size Standard is $11M. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to rank submittals or provide any reply to interested companies and responses will not be returned. 1. CONTRACT INFORMATION The Department of Defense Education Activity (DoDEA) Information Technology (IT) Division has routers, switches, servers, and VOIP equipment at designated facilities throughout the world. The devices in some cases are connected to various models of UPSs to protect the agency's IT infrastructure investment as well as secure student and staff digital work and applications under abnormal power conditions. Power fluctuations, whether planned or unplanned, are a routine occurrence at the campus level. When these interruptions occur, DoDEA must have a reliable solution in place which will provide sufficient off-line power to ensure the graceful shutdown of significant IT Infrastructure systems. In this case we do not have a UPS solution for the school, we need more of a centralized approach to the UPS design. All solutions must be Unified Facilities Criteria (UFC) compliant. 2. SUBMISSION REQUIREMENTS Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12 and should not exceed 10 one-sided, 8 ½" X 11" pages. The submission will address all questions in the Capabilities Questionnaire and your ability to perform the requirements described herein, and in the attached Statement of Work. Computer files must be compatible with the latest version of Microsoft Word. Submit responses via email to Terry.e.Walker@usace.army.mil. Submission shall be received no later than 12:00pm, CST, on April 29th, 2019. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Terry Walker, Contract Specialist, at Terry.E.Walker@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. CAPABILITIES QUESTIONNAIRE Note: Please respond to all questions as completely as possible. 1. Business Name: (Insert Business Name) 2. Business Address: (Insert Business Address) 3. Cage Code: 4. NAICS Code: Is your firm registered under NAICS Code 811213 for Communication Equipment Repair and Maintenance? 5. Responsible Point of Contact: (Name, telephone and email) 6. Check All That Apply: Our firm is a ___ 8(a) Small Business ___ Service-disabled Veteran-owned Small Business (SDVOB) ___ HUBZone Small Business ___ Small Disadvantaged Business ___ Woman-Owned Small Business ___ Native American ___ Alaskan Native ___ Small Business ___ Large Business SECTION 2: CONTRACTOR ARRANGEMENT 1. Our firm will be proposing on this project as a: ___ Sole Contractor ___ Prime Contractor (if small business) - performing at least 50% of the work with subcontractor(s) ___ Prime Contractor (if small business) - performing at least 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted) ___ Joint Venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a)Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).) ___ Prime Contractor with a mentor protégé arrangement please provide the firm you currently have an arrangement with and the length of time, as well as the specifics about the experience of the prime and the subcontractor.