Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOURCES SOUGHT

R -- OffSite Transcription Services - Draft PWS

Notice Date
3/12/2018
 
Notice Type
Sources Sought
 
NAICS
561410 — Document Preparation Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368, United States
 
ZIP Code
28547-8368
 
Solicitation Number
M6700118Q1116
 
Archive Date
4/11/2018
 
Point of Contact
Tracy Fulks, Phone: 910-451-1256, Harold Kostem, Phone: 910-451-1535
 
E-Mail Address
tracy.fulks@usmc.mil, harold.kostem@usmc.mil
(tracy.fulks@usmc.mil, harold.kostem@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
M67001-18-Q-1116 Draft PWS This is a Sources Sought notice. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. This Sources Sought notice is issued for planning purposes only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This is not an announcement of a forthcoming solicitation, or confirmation that the Government will contract for the items contained in the announcement, nor is any commitment on the part of the Government to award a contract implied. The RFI is issued for the sole purpose of conducting Market Research in accordance with Federal Acquisition Regulation (FAR) Part 10. MCIEAST-MCB Camp Lejeune Contracting Department, has a requirement for offsite transcription services to provide contractor transcription services to assist the various Command Inspector General Offices aboard Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point, NC. The contractor shall accomplish transcription services in accordance with the attached draft Performance Work Statement (PWS). The applicable North American Industry Classification System (NAICS) code is 541614, Document Preparation Services, which has a small business size standard of 15.0 Million dollars in annual receipts. Responses to this notice will assist the government in identifying potential sources in determining if a set-aside of the solicitation is appropriate, and in determining whether or not this approach to securing contracting support is practicable. The submission of information is for planning purposes only, and is not to be construed as a commitment by the Government to procure any items or services. The information will not be returned, and no compensation will be provided form any response to this announcement. Proprietary information submitted will be protected, when so designated. Respondents are advised that the government will not pay for any information or administrative cost incurred in response to this notice. Responses to the notice will not be returned. Please note that the solicitation number used for this sources sought may be different from the one in the actual solicitation, if a solicitation materializes. Potential vendors must have an active registration in the System for Award Management (SAM) in order to be eligible for award, as well as have NAICS 541514 identified in their SAMS profile. Interested firms are requested to respond to this notice and include the following in their response: (1) Company name, address, point of contact name, phone number, and email address. (2) Cage Code and DUNS Number. Cage Code and DUNS number must be registered on the Systems for Award Management (https://www.sam.gov) (3) Business Size under NAICS code 561410. If the size standard is small, indicate if your firm is certified under Section 8(a) of the Small Business Act, HubZone certified, Service Disabled Veteran Owned Small Business, Woman Owned Small Business, Small Disadvantaged Business or Small Business. (4) General Capability Only a brief statement of qualifications (not to exceed two (2) double sided pages) is requested at this time. Please address the ability to meet the requirements in paragraphs 3.1 through 3.5. Interested contractors may provide the above information via e-mail to the electronic address listed below. All communications must be addressed to the Contract Specialist via e-mail ONLY. Proprietary information and trade secrets, if any, must be clearly marked. All information received that is marked Proprietary will be handled accordingly. Responses to this sources sought notice shall be e-mailed to: tracy.fulks@usmc.mil (Size is limited to 2MB). Please include M67001-18-Q-1116 in the subject line. Responses shall be received no later than 27 March 2018 1:00 PM EST Camp Lejeune, NC. Primary Point of Contact: Tracy Fulks Phone: 910-451-1256 email: tracy.fulks@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700118Q1116/listing.html)
 
Place of Performance
Address: United States
 
Record
SN04851843-W 20180314/180312231845-e2c2244c75ed9b973a6438fd997b5bbe (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  © 1994-2020, Loren Data Corp.