TV Streaming Platform and Subscription at Brooks Army Medical Center - Joint Base San Antonio
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)
- Original Published Date: Jan 22, 2025 03:45 pm CST
- Original Response Date: Jan 30, 2025 09:00 am CST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Feb 14, 2025
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 7G22 - IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- 517111 - Wired Telecommunications Carriers
- Place of Performance: TX 78234USA
Description
The JBSA-Randolph Contracting Squadron, 502 CONS/JBKBA, is conducting market research to identify potential sources that possess the capabilities to meet the requirement and qualifications for supplying Television Programming and necessary equipment in accordance with the attached Statement of Work. Vendors who can supply a solution that meets the Statement of Work should provide adequate information (e.g. Manufacturer, Part Number, Item Specifications). The Government is seeking information on the availability of capable contractors to provide the TV Programming for Brooks Army Medical Center located at JBSA-Ft Sam Houston, TX plus outlying clinics.
The North American Standard Industry Classification System (NAICS) code anticipated for this acquisition is 517111 - Wired Telecommunications Carriers, the small business size standard is 1,500 employees. Based on responses to this Request for Information (RFI), this requirement may be set aside for Small Business or procured through Full and Open competition. The Government reserves the right to decide whether or not a small business set-aside is appropriate. Interested firms are encouraged to recommend a more appropriate NAICS in their response; however, include the rationale for an alternate selection.
This Request for Information (RFI) is issued for informational and planning purposes only. THIS IS NOT A REQUEST FOR QUOTE OR SOLICITATION FOR AN OFFER; therefore, in accordance with FAR 15.201(c) any responses to this inquiry will not constitute nor will be considered as a contractor offer, and no award will be issued as a result of this inquiry. This information will be used by the 502 CONS/JBKBA for market research purposes only, and the submitted information will not be returned. Submitted information will be protected in accordance with DoDD 5400.11, Department of Defense Privacy Program, and DoD 5400.11-R, Department of Defense Privacy Program, and no feedback will be provided regarding submissions, or the total number of submissions received. Interested parties are solely responsible for all expenses associated with responding to this request for information, as the government is not liable for any costs incurred by interested parties in responding to this request.
The purpose of this RFI is to query the market for potential interested, capable, responsible, and qualified commercial small business offerors that can provide/perform the stated requirement. The government is interested in collecting market data/information in accordance with Federal Acquisition Regulation (FAR) Part 10, from potential sources that have the capability Television Programming and necessary equipment. Interested and/or potential small business offerors are requested and encouraged to submit responses to the questions below under the Market Survey/Questionnaire, not later than 9:00 A.M. Central Time on 30 January 2025. No extension will be granted. **All correspondence resulting from this RFI shall be sent to benjamin.windham.1@us.af.mil.
DESCRIPTION OF PROJECT: See Attachment 1 Statement of Work
Market Survey/Questionnaire shall include the following information:
Entity Name:______________________________
Name of point of contact: ____________________________
Phone number: ____________________________________
Email address: ____________________________________
CAGE CODE: ____________________________________
DUNS NUMBER: _
Web Page URL:
SAMS Registered? Yes/No
Is your company a small business as defined by the Small Business Administration? Y/N
If YES, what are your small business certification(s) under NAICS Code 513210? Identify the following:
8(a) Certified: (Yes / No)
HUBZone Certified: (Yes / No)
Service Disabled Veteran Owned Small Business (SDVOSB): (Yes / No)
Small Disadvantaged Business: (Yes / No)
Economically Disadvantaged Women-Owned Small Business (EDWOSB): (Yes / No)
Women Owned Small Business (WOSB): (Yes / No)
Veteran Owned Small Business (VOSB): (Yes / No)
Primary Point of Contact(s):
Contract Specialist
Benjamin Windham
Benjamin.windham.1@us.af.mil
Phone: 210-652-9106
Contracting Officer
Brian Cooper
brian.cooper.18@us.af.mil
Phone: 210-350-1188
Attachments/Links
Contact Information
Contracting Office Address
- ADMIN ONLY NO REQTN CP 210-671-3617 1655 SELFRIDGE AVE BLDG 5450
- JBSA LACKLAND , TX 78236-5286
- USA
Primary Point of Contact
- Benjamin Windham
- benjamin.windham.1@us.af.mil
Secondary Point of Contact
- Brian Cooper
- brian.cooper.18@us.af.mil
- Phone Number 2106525460
History
- Feb 14, 2025 11:04 pm CSTSources Sought (Original)
- Feb 12, 2025 08:09 am CSTCombined Synopsis/Solicitation (Original)