Computer Aided Dispatch System
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: May 02, 2023 04:11 pm EDT
- Original Response Date: May 05, 2023 04:30 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 7B22 - IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Place of Performance: Andrews AFB , MD 20762USA
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR 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 Andrews Air Force Base Fire Department requires a new Computer Aided Dispatch system. The North American Industry Classification Systems (NAICS) Code proposed is 334220. The size standard is 1,250 employees.
The purpose of this procurement is to acquire a properly sized Computer Aided Dispatch system that will enable the Andrews Fire Department to better respond to emergencies in and around the base. The new CAD system must be compatible with Prince George's County's existing system, as well as the fire department's current equipment.
See the attached PWS for a complete list of objectives.
Reponses to this Sources Sought request shall reference "CAD System" and shall include the following information in this format:
1. Company name, address, point of contact name, phone number, fax number and email address.
2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable.
3. Size of business – Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs.
4. Capability statement displaying the contractor’s ability to provide the products or services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought.
5. The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.
If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.
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.
All responses to this notice are to be submitted by 04:30 PM Eastern Standard Time, on 05 May 2023. Responses will be accepted via electronic means only to marchie.winebrenner@us.af.mil.
Attachments/Links
Contact Information
Contracting Office Address
- CP 240 612 5676 1349 LUTMAN DR
- JB ANDREWS , MD 20762-7001
- USA
Primary Point of Contact
- Marchie Winebrenner
- marchie.winebrenner@us.af.mil
- Phone Number 2406125629
Secondary Point of Contact
History
- May 20, 2023 11:58 pm EDTSources Sought (Original)