Aruba Wireless Access Points

expired opportunity(Expired)
From: Federal Government(Federal)
ArubaWirelessAccessPoints

Basic Details

started - 23 Apr, 2019 (about 5 years ago)

Start Date

23 Apr, 2019 (about 5 years ago)
due - 28 Apr, 2019 (about 5 years ago)

Due Date

28 Apr, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
ArubaWirelessAccessPoints

Identifier

ArubaWirelessAccessPoints
Department of the Air Force

Customer / Agency

Department of the Air Force

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

DUE TO TECHNICAL ISSUES WITH THE AFWAY PORTAL ALL NETCENTS-2 SOURCES SOUGHT ARE CURRENTLY BEING POSTED ON FBO.ONLY RESPONSES FROM VENDORS UNDER THE NETCENTS-2 IDIQ CONTRACT WILL BE CONSIDERED UNDER THIS SOURCES SOUGHT. This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This sources sought is conducted to identify potential sources capable of meeting the requirements for providing Aruba Wireless Access Points as well as any associated equipment monitoring, management hardware or software, additional training, and maintenance to the Wright Patterson Air Force Base (WPAFB) Metropolitan Network.  If the maintenance and software support is covered by a Joint Enterprise Level Agreement (JELA), please state.The respondent shall provide an information technology solution and business process support to the WPAFB Metropolitan
Network. The Air Force anticipates numerous Firm Fixed Price contracts will be awarded. The Air Force anticipates equipment to be purchased as funding becomes available throughout Fiscal Years 2019, 2020, 2021, 2022, and 2023.  The Air Force anticipates this acquisition will utilize procedures outlined in FAR Part 12-Acquisition of Commercial Items and FAR Part 15-Contracting by Negotiation.Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB),  8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 334210, size standard 1,250 employees.  All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.All interested parties shall submit a capabilities package which explicitly demonstrates capabilities and expertise related to this effort.  The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract and what the scope of the experience was.  Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. Please submit one (1) PDF formatted copy of your response to kathryn.skaleski@us.af.mil.  Statements should be submitted no later than 11:59PM EST, 28 April 2019.The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FBO website.If you have any questions, you may contact Kathryn Skaleski at kathryn.skaleski@us.af.mil.

WPAFB, Ohio 45433 United StatesLocation

Place Of Performance : N/A

Country : United StatesState : OhioCity : WRIGHT PATTER

You may also like

Wireless Access Points Project

Due: 30 Apr, 2024 (in 2 days)Agency: Edmonton Catholic Separate School Division

ARUBA WIRELESS RENEWAL

Due: 30 Apr, 2026 (in about 2 years)Agency: CENTERS FOR DISEASE CONTROL AND PREVENTION

WIRELESS ACCESS POINTS FOR THE BIE SCHOOLS

Due: 10 Jun, 2024 (in 1 month)Agency: BUREAU OF INDIAN AFFAIRS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

334 -- Computer and Electronic Product Manufacturing/334210 -- Telephone Apparatus Manufacturing
naicsCode 334210Telephone Apparatus Manufacturing
pscCode 70