1st Helicopter Sq Camera Upgrade
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: Jul 24, 2024 01:24 pm EDT
- Original Response Date: Jul 30, 2024 04:30 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 14, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: N063 - INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
- NAICS Code:
- 561621 - Security Systems Services (except Locksmiths)
- Place of Performance: Suitland , MD 20746USA
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.
Joint Base Andrews is currently performing market research for camera and system upgrades for the 1st Helicopter Squadron. Contractors shall install new cameras in locations outlined in the PWS and remove the old system. Upon the camera upgrade a base +4 option year service contract shall be utlized to maintain the system.
Reponses to this Sources Sought request should reference "1st Helicopter Sq Camera Upgrade" and shall include the following information in this format:
1. Company name, address, point of contact name, phone number, fax number and emailaddress.
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 activeregistration. Must reflect Commercial and Government Entity, and Reps/Certs.
4. Capability statement displaying the contractor’s ability to provide the products orservices, to include past performance information. If past performance information isprovided, please include only relevant past performance on the same/similar work withinthe 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 thisSources Sought.
5. Any questions or additional information to clarify requirement.
NOTE: All contractors doing business with the Federal Government must be registered in theSystem for Award Management (SAM) database. The website for registration iswww.sam.gov.
All responses to this notice are to be submitted by 04:30 PM Eastern Standard Time, on 30July 2024. Responses will be accepted via electronic means only to cory.harris.5@us.af.miland jose.peregrinaflores@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
- A1C Cory Harris
- cory.harris.5@us.af.mil
Secondary Point of Contact
- Jose Peregrinaflores
- jose.peregrinaflores@us.af.mil
History
- Aug 26, 2024 09:20 am EDTCombined Synopsis/Solicitation (Original)
- Aug 14, 2024 11:55 pm EDTSources Sought (Original)