Florida Bids > Bid Detail

Generation II Wireless for SOF Maintenance Training Facility on Hurlburt Field, FL.

Agency:
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159791806366618
Posted Date: Feb 21, 2023
Due Date: Mar 2, 2023
Solicitation No: FA441723Q0008
Source: https://sam.gov/opp/514684856b...
Generation II Wireless for SOF Maintenance Training Facility on Hurlburt Field, FL.
Active
Contract Opportunity
Notice ID
FA441723Q0008
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 21, 2023 02:17 pm CST
  • Original Response Date: Mar 02, 2023 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 517112 - Wireless Telecommunications Carriers (except Satellite)
  • Place of Performance:
    Hurlburt Field , FL 32544
    USA
Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.





The Request for Quote (RFQ) number is “FA441723Q0008” and shall be used to reference any written responses to this source sought.





Hurlburt Field Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 517112 The size standard for NAICS is 1,500 employees.





The requirement is to provide Generation II Wireless for SOF Maintenance Training Facility on Hurlburt Field, FL.





List of Attachments:





1.Draft SOW. Please note that the attached draft SOW does not define the final requirement and is subject to change.



2. Aruba Brand Name Justification.





Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings.





We are interested in any small business that can meet this requirement.





Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.





All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages.





Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.





Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.





Responses may be submitted electronically to the following e-mail addresses: jayden.gentry@us.af.mil and danyette.washington@us.af.mil. Telephone responses will not be accepted.





RESPONSES ARE DUE NO LATER THAN 02 March 2023.





Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through System for Award Management (SAM). Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.




Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 21, 2023 02:17 pm CSTSources 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 >