Georgia Bids > Bid Detail

Commercial Cable and Internet service Eisenhower Army Medical Center

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159990426984184
Posted Date: Dec 12, 2022
Due Date: Dec 15, 2022
Solicitation No: W912490011868688
Source: https://sam.gov/opp/46c8e60820...
Follow
Commercial Cable and Internet service Eisenhower Army Medical Center
Active
Contract Opportunity
Notice ID
W912490011868688
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FT GORDON
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 12, 2022 03:31 pm EST
  • Original Response Date: Dec 15, 2022 09:00 am EST
  • 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: 5995 - CABLE, CORD, AND WIRE ASSEMBLIES: COMMUNICATION EQUIPMENT
  • NAICS Code:
    • 517111 - Wired Telecommunications Carriers
  • Place of Performance:
    Fort Gordon , GA 30905
    USA
Description

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Commercial Cable and Internet service for Eisenhower Army Medical Center and all outlying clinics and areas on a small business set-aside basis, provided 2 or more qualified small businesses respond to this source’s sought synopsis with information sufficient to support a set-aside. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. We encourage all small business concerns, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source’s sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 517111. A continuing need is anticipated for Commercial Cable and internet service. The Government anticipates award of a firm fixed price contract with a period of performance of a (twelve month) base year and two (twelve month) subsequent option years. In response to this source’s sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. If the company has a GSA Schedule provide the schedule number. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors. 4. Capability statement: Are you an authorized distributor of the requested software subscriptions? If so, please provide documentation showing this. Request that the capability statement be emailed to me by NLT 9am EST, on December 15, 2022. Justin Daniel at 706-791-1810 justin.h.daniel.civ@army.mil , or Sterlyn D. Frazier, at 706-791- 1808 sterlyn.d.frazier.civ@army.mil 5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Beta Sam notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 6. Please contact MICC POC Justin Daniel Contract Specialist at 706-791-1810 justin.h.daniel.civ@army.mil, or Sterlyn D. Frazier at 706-791-1808 sterlyn.d.frazier.civ@army.mil


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 29718 419 B STREET
  • FORT GORDON , GA 30905-5719
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 12, 2022 03:31 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 >