Arkansas Bids > Bid Detail

DG11--598-24-2-8317-0025 Television Service Contract for CAVHS-NLR, CAVHS-LR and 18th Street Apartments

Agency:
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159410145271268
Posted Date: Feb 2, 2024
Due Date: Feb 23, 2024
Source: https://sam.gov/opp/ae0ab9b212...
Follow
DG11--598-24-2-8317-0025 Television Service Contract for CAVHS-NLR, CAVHS-LR and 18th Street Apartments
Active
Contract Opportunity
Notice ID
36C25624Q0443
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 02, 2024 01:48 pm CST
  • Original Published Date: Feb 02, 2024 11:40 am CST
  • Updated Response Date: Feb 23, 2024 03:00 pm CST
  • Original Response Date: Feb 23, 2024 03:00 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 09, 2024
  • Original Inactive Date: Mar 09, 2024
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Product Service Code: DG11 - IT AND TELECOM - NETWORK: TELECOM ACCESS SERVICES
  • NAICS Code:
    • 516120 - Television Broadcasting Stations
  • Place of Performance:
    Little Rock , AR 72205
    USA
Description View Changes

The purpose for this source sought notice is to locate interested companies that can furnish the REQUIREMENTS listed in the SOW that is attached.



Offeror's capability to meet this requirement including any current contracts with more than 2 years of Period of Performance (Civilian or Government) to include meeting the below listed accreditations or similar standards, facility description, capabilities, and certifications.



Responses must show clear and convincing evidence that your company and its employees have the capabilities, training, and qualifications to provide this service to be considered as a source.



The following information is requested in a response to this RFI:



1. General Company information-



Offeror's company name, SAM UEI, full address, point of contact, title, phone number, and email address.



Name:



Address:



Contact Person:



Phone number:



Email address:



SAM EUI number:



Cage Code Number:



Company website if available:



2. Business Type – Please put a check mark or circle around the type of business you are below:



a) Large



b) 8(a)



c) HubZone



d) Small Business



e) Small Disadvantaged Business



f) Woman Owned Small Business



g) Service Disabled Veteran Owned Small Business



h) Veteran Owned Small Business



***Note - All Veteran Owned Businesses must be registered in Veteran Small Business Certification (sba.gov) at



https://veterans.certify.sba.gov/ to be considered a Veteran Owned Business. Socioeconomic status (whether Service Disable Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, 8(a), Woman Owned, Small Disadvantaged, etc.). If stating SDVOSB or VOSB status, your company must be VOSBs and SDVOSBs must be VetCert certified by the SBA. (Veteran Small Business Certification (sba.gov)) to be considered as a SDVOSB or VOSB source.



3. How long has your company provided these services?



See attached Past Performance.



4. Provide information for any current or past VA contracts for these products and services.



5. Is your company registered in the System for Award Management at WWW.SAM.GOV?



The NAICS code for the procurement is 516120 and the small business size standard is $47 Million dollars.



Any future RFQ will be conducted in accordance with FAR Parts 13. The Government may elect to award a Firm Fixed Price contract resulting from the solicitation.



Responses to this market survey should be e mailed to kevin.pollard2@va.gov



No telephone responses will be accepted.



Please provide a detailed response to the below Performance Work Statement stating how you can meet all aspects stated.



It is requested that responses be received no later than 3:00 pm Central, February 23, 2023.



No solicitation document is available at this time; this notice is to acquire information only. Vendors interested in providing an offer will have to respond to a separate solicitation announcement.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >