OPCEN Wall Maintenance
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Feb 01, 2022 09:28 am EST
- Original Response Date: Feb 04, 2022 11:00 am EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Fort Knox , KY 40121USA
Description
Notice of Intent to Sole-Source: The Mission and Installation Contracting Command (MICC) - Knox intends to award on a sole source basis a contract to Salient CRGT Inc., Fairfax, VA, 22033 to maintain service for the 1st Theater Sustainment Command (TSC) Operations Center (OPCEN), Fort Knox, KY 40121. The intent is to procure biannual sustainment service and Guardian Care Protection compatibility with the existing CineMassive Video Wall and its components required to complete this requirement. Therefore, the contractor must be an authorized CineMassive Displays service provider. The contractor shall provide services and inspection on video and audio equipment, testing of new equipment and cleanup of materials, biannual maintenance and sustainment services checks and services - conduct onsite end-user training, and remote support on the AV System with Guardian Care Protection.
The anticipated NAICS code(s) is/are: 541512; this U.S. industry comprises establishments primarily engaged in planning and designing computer systems that integrate computer hardware, software, and communication technologies. The hardware and software components of the system may be provided by this establishment or company as part of integrated services or may be provided by third parties or vendors. These establishments often install the system and train and support users of the system. The size standard in millions of dollars for this NAICS code is $30.0.
The Product or Service Code(s) is/are: DA01; IT And Telecom – Business Application/ Application Development Support Services (Labor) Support services for activities involved with application development and support to include analysis, design, development, coding, testing, and released packaging, as well as support of off-the-shelf Business Applications.
THIS IS NOT A REQUEST FOR COMPETITIVE OFFERS and a solicitation will not be issued. Any response to this notice must show clear and convincing evidence that competition for this requirement would be advantageous to the Government. If no affirmative written response is received by 4 February 2022, 11:00 A.M. Eastern Time (ET), the award will be made without further notice. Oral communications are not acceptable in response to this notice.
RESPONSES ARE DUE NO LATER THAN 4 February 2022, 11:00 A.M. Eastern Time (ET) to MICC - Fort Knox, Kristy Mattingly at kristy.n.mattingly.civ@army.mil.
Responses shall include the following:
1. Company name and address.
2. Statement of interest meeting all requirements listed above as well as the training facilities physical location.
3. A synopsis of the contractor's capabilities.
4. CAGE code or DUNS number.
5. Point of Contact name and phone number.
Attachments/Links
Contact Information
Primary Point of Contact
- Kristy Mattingly
- kristy.n.mattingly.civ@army.mil
- Phone Number 5026241276
- Fax Number 5026247165
Secondary Point of Contact
- Taylor Wellman
- hobart.t.wellman.civ@army.mil