The RFP Database
New business relationships start here

Antenna Design, Supply and Installation


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Sources Sought Notice for Antenna Design, Supply and Installation

The Broadcasting Board of Governors, Office of Management Services - Contracts, is issuing this Sources Sought notice as a means of conducting market research to identify potential sources capable of supporting the requirement for Antenna Design, Supply and installation utilizing High Frequency (HF) Broadcasting per the attached Scope of Work and Outline Specifications. The result of this market research will assist with determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this requirement is 334220.


CONTRACTING OFFICE ADDRESS:


Broadcasting Board of Governors
330 Independence Avenue, SW
Cohen Building, Room 4360
Washington, DC 20237


DISCLAIMER:

THIS IS A SOURCES SOUGHT NOTICE ONLY. IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION (FAR) 10.002(b)(i), THIS NOTICE IS ISSUED FOR THE PURPOSE OF MARKET RESEARCH AND IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS NOTICE. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY.


Interested parties should not provide pricing information. The purpose of this notice is for market research and identification of qualified, experienced and interested potential sources.


ANTICIPATED PERIOD OF PERFORMANCE:
In the event this requirement results in a solicitation, the anticipated period of performance is estimated at twelve (12) months.


PLACE OF PERFORMANCE: Kuwait


REQUIRED CAPABILITIES INFORMATION:


If your company has the potential capacity to perform the requirements under this notice, please provide the following information:


1) Business name, mailing address, email address, website address, Point of
Contact (POC), telephone number.


2) Business size, any socioeconomic status (i.e. HUB Zone, 8(a) Veteran-Owned, Women-Owned, etc.), company Cage Code and DUNS number and type of ownership for the organization.


3) Tailored capability statements addressing the particulars of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.


4) The North American Industry Classification System (NAICS) code and Product Service Code (PSC)/Federal Supply Classification (FSC) your company usually performs under Government contracts.


5) Past performance with government agencies and/or recognized International Broadcasters or Broadcasting Organizations.


The Government will evaluate market information to ascertain potential vendors' market capacity to:

1) Provide products or services consistent in scope and scale with those described in this notice and otherwise anticipated;


2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements;


3) Implement a successful project management plan that includes:


• Compliance with program schedules;
• Cost containment;
• Meeting and tracking performance;
• Implementation of and adherence to a Quality Management System.


Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.


Companies are required to be registered in the System for Award Management (SAM) and Electronic Invoicing and Payment Requirements - Invoice Payment Platform (IPP) in order to be awarded government contracts.


SUBMISSION INSTRUCTIONS:


Vendors who consider themselves qualified to perform the services described in this notice are invited to send a brief capabilities statement package via email not later than April 16, 2018 at 2:00 pm Eastern Daylight Time (EDT) to Jacqueline Gray, Contract Specialist at jgray@bbg.gov.


ALL ATTACHMENTS MUST BE SENT IN "PDF FORMAT" AND THE TOTAL SIZE OF ALL ATTACHMENTS MUST NOT EXCEED 23MB. ALL SUBMISSIONS MUST INCLUDE THE IDENTIFICATION NUMBER BBGCON-SS001-JG-2018.


The statement of capabilities package must be complete and sufficiently detailed to allow the Government to determine vendor's qualifications.


Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and Contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.


Jacqueline Gray, Contract Specialist, Phone 2023827861, Email jgray@bbg.gov - Cynthia C. Sugg, Contract Specialist, Phone 2023827858, Email ccsugg@bbg.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP