Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2015 FBO #5123
DOCUMENT

D -- Telecommunications Support Services - Attachment

Notice Date
12/1/2015
 
Notice Type
Attachment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N7027216RC9HR
 
Response Due
12/11/2015
 
Archive Date
12/26/2015
 
Point of Contact
Ed Stolle
 
E-Mail Address
lle@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought for information and planning purposes. Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk ™s intent of this announcement is to identify qualified and experienced sources able to provide integrated voice services via central office based dial tone facilities to defense activities located at Naval Station Norfolk, VA and Joint Expeditionary Base Little Creek/Fort Story Norfolk/Virginia Beach, VA in support of Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT) as defined in the attached draft Performance Work Statement (PWS). This announcement constitutes a sources sought for written information only. This is not a solicitation announcement for proposals and a contract will not be awarded from of this announcement. This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response to this announcement. Anticipated NAICS Code: The NAICS Code for this requirement is 517110 “ Wired Telecommunications Carries and the Size Standard is 1,500 employees. Reponses to this Sources Sought request should reference N7027216RC9HRCX and shall include the following information in the format presented below: 1.Company name, address, point of contact name, phone number, fax number and email address. 2.Contractor and Government Entity (CAGE) Code. 3.Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Service Disabled Veteran-owned. 4.An estimated Rough Order of Magnitude (ROM). 5.A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System, Commercial and Government Entity, and Reps/Certs. 6.Capability statement displaying the contractor ™s ability to provide the specified services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. 7.Include any other supporting documentation. 8.Comments or suggested changes to the Governments NAICS Determination. 9.Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed eight (8) typewritten pages in no less than 12 font size. Responses should be emailed to Ed Stolle at ed.stolle@navy.mil by 3:30 PM on 11 December 2015. Again, this is not a request for a quotation. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. Attachments: Attachment I “ PWS Attachment II “ Required Services and Estimated Annual Quantities NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N7027216RC9HR/listing.html)
 
Document(s)
Attachment
 
File Name: N7027216RC9HR_Centrex_Draft_PWS.doc (https://www.neco.navy.mil/synopsis_file/N7027216RC9HR_Centrex_Draft_PWS.doc)
Link: https://www.neco.navy.mil/synopsis_file/N7027216RC9HR_Centrex_Draft_PWS.doc

 
File Name: N7027216RC9HR_Estimated_Services_and_Quantities_Sources_Sought(Info_Only).xlsx (https://www.neco.navy.mil/synopsis_file/N7027216RC9HR_Estimated_Services_and_Quantities_Sources_Sought(Info_Only).xlsx)
Link: https://www.neco.navy.mil/synopsis_file/N7027216RC9HR_Estimated_Services_and_Quantities_Sources_Sought(Info_Only).xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03957435-W 20151203/151201234339-42222bd56ccea1149867ca1fd421ff77 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.