Mississippi Bids > Bid Detail

Land Mobile Radio (LMR) Repeater Site

Agency:
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159930203357026
Posted Date: Feb 20, 2024
Due Date: Mar 5, 2024
Source: https://sam.gov/opp/8b2c057c0b...
Follow
Land Mobile Radio (LMR) Repeater Site
Active
Contract Opportunity
Notice ID
FA301024QLJ04
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR EDUCATION AND TRAINING COMMAND
Office
FA3010 81 CONS CC
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)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 20, 2024 02:57 pm CST
  • Original Response Date: Mar 05, 2024 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237130 - Power and Communication Line and Related Structures Construction
  • Place of Performance:
    Biloxi , MS 39534
    USA
Description

Sources Sought Synopsis



This is a sources sought notice - This is not a request for proposal.



The 81st Contracting Squadron is contemplating a solicitation for work consisting of providing all equipment, labor, supervision, and materials necessary to relocate the Land Mobile Radio (LMR) repeater site at Keesler AFB, MS. The contractor shall provide a turnkey solution consisting of building a new 150-foot tower for Building (B) 1101 and relocating/reconfiguring and testing the Motorola LMR capability equipment from B4605 to B1101. All work pertaining to the relocation/reconfiguration and testing of the Motorola LMR capability equipment must be performed by a Motorola certified vendor.



This notice does not constitute a promise to issue a solicitation in the future. Further, we are not at this time seeking proposals; therefore, DO NOT request a copy of a solicitation or submit a proposal as a result of this notice. Responders are advised the Government will not pay for any information or administrative costs incurred in response to this sources sought and that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party’s expense. Not responding to this sources sought does not preclude participation in any future solicitation, should one be issued. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. No basis for claim against the Government shall arise from a response to the notice. It is the responsibility of the interested parties to monitor the System for Award Management website for additional information pertaining to this sources sought.




  1. The Government is contemplating a firm fixed price contract.

  2. The North American Industry Classification System (NAICS) for this acquisition is anticipated to be 237130, Power and Communication Line and Related Structures Construction. The SBA size standard for this NAICS is $45,000,000.00.

  3. IAW FAR 36.204, the magnitude of the proposed construction is:

    (f) Between $1,000,000 - $5,000,000.

  4. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award (https://www.sam.gov/portal/public/SAM/). Potential contractors must also have current Online Representations and Certifications on file with SAM.

  5. Potential contractors must have, at a minimum, a “Basic” assessment within the Supplier Performance Risk System (SPRS) in accordance with DFARS 252.204-7019 and 252.204-7020 at the time of award.

  6. The Government is interested in businesses capable of meeting the requirements identified in this sources sought. All interested parties must provide a response containing a written statement, confirming they can comply with the government’s needs as indicated in the attached DRAFT STATEMENT OF OBJECTIVES (SOO) and DRAFT SUPPLEMENTAL INFORMATION to include:

    1. The ability to perform installation and site development services in accordance with the Motorola Solutions Manual R56, as indicated in the DRAFT SOO paragraph 1.2 and,

    2. The ability to provide Motorola Certified Technician(s) to accomplish work pertaining to the LMR equipment as required under DRAFT SUPPLEMENTAL INFORMATION paragraph 6.4.



  7. The Government also requests that interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size) to include business status; such as Small, 8(a), HUBZone, Service Disabled Veteran Owned Small Businesses, or Women Owned Small Businesses with any anticipated teaming arrangements (if any) and a description of similar services offered to the government and to commercial customers. Please include your Unique Entity Identifier (UEI) and/or CAGE Code in your response.

  8. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partners. All responses must also include a statement that the company holds all required certifications and licenses to perform this type of work or can obtain them prior to award of a contract especially in the State of Mississippi. The Government will use this information when determining its business type decision.

  9. The Government is specifically interested in:

    1. Identifying "Prime" contractors that are experienced in the construction of communication related structures and/or other related construction industry projects.

    2. Provide evidence of successful completion and management of three or more communication related structures construction projects within the past five-years; and,

    3. Provide your bonding capacity per contract and aggregate.



  10. Funds are not presently available for this effort. The Government intends to post a solicitation for this project but is under no obligation to do so.

  11. Contractors are highly encouraged to submit a package containing the contents outlined above by 5 March 2024 at 12:00 pm Central Time. Responses may be submitted to Lakeita Jackson at lakeita.jackson@us.af.mil or to 81CONS.LGCB.Construction@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 228 377 3230 310 M ST BLDG 4605
  • KEESLER AFB , MS 39534-2701
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 20, 2024 02:57 pm CSTSources Sought (Original)

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 >