NORTHCOM RBDF IT Requirement
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: Jun 14, 2023 02:21 pm EDT
- Original Response Date: Jun 23, 2023 10:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 08, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: VA 23666USA
Description
SUBJECT: Request For Information (RFI) – FA489023RCN12--NORTHCOM FY22 T1 Royal Bahamas Defense Forces (RBDF) IT Equipment, Software, Installation and Training
1. The purpose of this announcement is for Market Research in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10 under NAICS 423430. Acquisition Management and Integration Center (AMIC) is currently conducting market research to determine market capability and understanding of the Government request. This is not a solicitation for proposals and this announcement does not commit the AMIC to contract for any supply or service whatsoever. No reimbursement shall be made for any costs associated with providing information in response to this announcement or for any follow up information requests. Nothing shall be construed herein or through this market research process to commit or obligate the Government to further action as a result of this research.
2. The objective of this requirement is to provide IT Equipment, Installation and Training to NORTHCOM Royal Bahamas Defense Force. This effort will provide equipment and on-site installation and training.
3. The Government is requesting feedback to support development of the subject requirement. The below market survey will allow GSA eBuy vendors to provide their company's feedback to meet the requirements of this potential contracting effort as well as provide industry insight. All large and small businesses are encouraged to participate in this market survey.
4. Attached is the draft Requirements List (Attachment 1) and Statement of Work (Attachment 2) for your review. If, after reviewing these documents you believe that your firm is capable of supporting this effort, please provide responses to the following along with your Company’s Capabilities Statement and any other suggestions or comments your firm may have:
a. What is the name, address, CAGE code, and DUNS number of your business?
b. Provide a point of contact (POC) to include name, telephone number and email address.
c. Specify your business type (large business, small business , small disadvantaged business, 8(a) certified small disadvantaged business, HUBZone small business, woman-owned small business veteran-owned small business, service-disabled veteran-owned small business)
d. GSA schedule holders should identify their GSA schedule information. Please indicate which NAICS code(s) your company usually performs under Government contracts for this type of requirement
e. Are the salient characteristics provided adequate enough to provide a valid quote?
f. Are there any unidentified items required for successful training of these courses?
g. Would a 15 day quote response time be sufficient if an Request for Quote is released in July?
h. Describe any relevant topics, concerns, or information that would assist the USG in formulating an acquisition strategy.
i. Please reference the SOW and validate that you are able to comply with all of the requirements to determine if one vendor is available/capable of providing all of the items listed under one contract. Shipping of items may include at a minimum JCP in Mechanicsburg, PA and/or OCONUS locations requiring all aspects of export compliance IAW the Export Administration Regulations, and Arms Export Control Act, including registration with DDTC, licensing, ITAR, and technical assistance agreements; country locally imposed fees, taxes, VAT, etc., if not otherwise exempted.
j. Will your company submit a proposal in response to an RFQ for this requirement?
5. The Government anticipates issuing an official RFQ on or about July 20, 2023, with an expected award by August 20, 2023.
6. Please provide any inputs/feedback, questions, suggestions and/or concerns regarding Attachment 1 & 2, to the Contract Manager through the GSA eBuy and/or at elizabeth.waller.2@us.af.mil and the Contracting Officer at delvin.whitlock.1@us.af.mil NLT July 10, 2023 using the Attachment 3 – RFI Memo QA template.
7. The USG will consider all input and revise the requirements package accordingly within the best interest of the Government. If there are any questions, the USG may provide responses to this RFI, or may include the reponses in the resulting Order.
Thank you in advance for your time and assistance.
Attachments/Links
Contact Information
Primary Point of Contact
- Elizabeth J. Waller
- elizabeth.waller.2@us.af.mil
Secondary Point of Contact
- Delvin Whitlock
- delvin.whitlock.1@us.af.mil