SOURCES SOUGHT ANNOUNCEMENT
Verimatrix Conditional Access (CA) STB
The Defense Media Activity (DMA) is seeking authorized sources to provide Verimatrix Conditional Access (CA) STB capability in support of DMA AFN media delivery systems at permanently manned AFN facilities in Europe, Asia and the Americas regions
CONTRACTING OFFICE ADDRESS:
DMA Contracting Office - East
6700 Taylor Avenue
Fort Meade, MD 20755
INTRODUCTION:
This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of any business size to provide the required products and/or services.
DMA AFN is seeking to purchase satellite Set Top Boxes (STB). DMA has already purchased the Verimatrix Conditional Access System .
DISCLAIMER:
THIS SOURCES SOUGHT 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 ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
CONTRACT/PROGRAM BACKGROUND:
Contract Number: HHSP233201650061A
Contract Type: Firm Fixed-Price
Incumbent and their size: TBC Integration, Inc.
Method of previous acquisition: Full and Open
Provide Brief description of the current program/effort: Next generation American Forces Network decoder
List Anticipated Time Frame: 1 Nov 2017 - 30 Nov 2017
List Place of Performance: NA
REQUIRED CAPABILITIES:
The requirement is for the following characteristics are needed to maintain the existing capability:
•·
SPECIAL REQUIREMENTS: N/A
SOURCES SOUGHT:
The anticipated North American Industry Classification System Code (NAICS) for this requirement is 334220, with the corresponding size standard of $38.5 million. This Sources Sought Synopsis is requesting responses to the following criteria from any business size that can provide the required services under the NAICS Code.
To assist DMA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. To make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).
SUBMISSION DETAILS:
Responses should include:
•1) Business name and address;
•2) Name of company representative and their business title;
•3) Type of Small Business(if applicable);
•4) Cage Code;
•5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)
•6) OEM certification that vendor is a Manufacturer Authorized Channel Partner with either Premier, Silver or Gold status as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements.
Vendors who wish to respond to this should send responses via email NLT 30 Nov 2017, 2 PM Eastern Daylight Time (EDT) to [email protected]. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format.
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 personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.