Florida Bids > Bid Detail

AV Monitoring System Installation Service

Agency:
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159151152596238
Posted Date: Jan 11, 2024
Due Date: Jan 17, 2024
Source: https://sam.gov/opp/4ae3a8752f...
Follow
AV Monitoring System Installation Service
Active
Contract Opportunity
Notice ID
N63285-24-SSA-0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP OTHER HCA
Sub Command 2
MISC
Office
NCIS QUANTICO VA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 10, 2024 01:42 pm EST
  • Original Response Date: Jan 17, 2024 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5836 - VIDEO RECORDING AND REPRODUCING EQUIPMENT
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    Pensacola , FL 32511
    USA
Description

CONTRACTING OFFICE ADDRESS:



Naval Criminal Investigative Service (NCIS), Acquisitions Division, Code 14B, Russell Knox Building, 27130 Telegraph Road, Quantico, Virginia 22134.



This is a SOURCES SOUGHT to conduct market research and 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 WITHIN THE PENSACOLA, FLORIDA VICINITY. NCIS is seeking potential sources for Audio/Video Monitoring System installation services to be provided by the Contractor for items in the attached Statement of Work (SOW).



REQUIREMENT DESCRIPTION: Contractor shall furnish all labor, supervision, materials, supplies, tools, equipment, and expertise necessary for this Audio/Video Monitoring System Installation, including testing, training, and continued system support for a the required period of time. See attached SOW for more details.



Desired Period of Performance: 1 February 2024 - 31 March 2024.



Place of Performance: NCIS-CORRY STATION, 544 Thompson Avenue, Pensacola, FL 32511.



SOURCES SOUGHT:



The North American Industry Classification System Code (NAICS) will be determined at the end of the market research. The Government seeks input from industry on recommended NAICS for this procurement.



This Sources Sought initiative is to assist NCIS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought. Vendors are encouraged to provide information regarding plans to use joint venturing (JV) or partnering to meet each of the requirement 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. Vendors should provide information on how the company's resources would 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.



SUBMISSION DETAILS:



Responses must include:




  1. Business name and address (within 50 miles of Pensacola);

  2. Name of company representative and their business title;

  3. Type of Business;

  4. Cage Code;

  5. Level of Security Clearance, if applicable;

  6. NAICS recommendation for this procurement; and

  7. Contract vehicles available for the Government to procure the product or services, to include 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.)



Vendors who wish to respond to this sources sought should send responses via email NLT 12:00 PM Eastern Standard Time (EST) January 17, 2024 to Ms. Lecia Rosario at lecia.rosario@ncis.navy.mil. Interested vendors should submit a response that demonstrates the ability to meet the requirement as listed in the Requirement Description paragraph above. An initial estimate or quote from an established price list, schedule or other means is acceptable.



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.



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 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.


Attachments/Links
Contact Information
Contracting Office Address
  • 27130 TELEGRAPH ROAD
  • QUANTICO , VA 22134
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 10, 2024 01:42 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >