Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
DOCUMENT

R -- Professional, Administrative and Management Support Services - Attachment

Notice Date
7/20/2018
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018918Q0408
 
Response Due
8/3/2018
 
Archive Date
8/18/2018
 
Point of Contact
diego.j.avila@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Subject to The Federal Acquisition Regulation (FAR) Clause 52.215-3, śRequest for Information or Solicitation for Planning Purposes, ť this announcement constitutes a Sources Sought notice to determine whether qualified and experienced sources are available to provide professional administrative, management, and coordination support services for the Naval District Washington, Washington, D.C. and commands within its region, for various Department of the Navy (DON) related ceremonies, functions, and events (as outlined in the attached Performance Work Statement) that will be held outdoors at the commemorative public venue, the United States Navy Memorial Plaza, Washington, D.C. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It 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 request for information. Place of Performance (Site Locations) The performance of some of this work will occur at the United States Navy Memorial Plaza, 701 Pennsylvania Ave NW, Washington, D.C., and at an indoor facility that is located within close proximity to the United States Memorial Plaza, Washington, D.C. NAICS Code The NAICS Code for this requirement is 541611, Administrative Management and General Management Consulting Services, size standard $15.0M. Anticipated Contract The proposed contract action will be a single award, Indefinite Delivery/Indefinite Quantity type contract with Firm-Fixed Price Provisions. Period of Performance The requirement for professional management and coordination support services will consist of a one-year ordering period. Package Submissions No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up requests. Interested firms shall complete and submit the following information: (A) A documents summary (no more than five (5) pages) to demonstrate the organization ™s financial and technical capability to provide the services listed above and in the attached draft PWS. (B) Past Performance Information Form (Attachment 1) to address the company ™s experience in performing tasks (maximum of five (5) contracts) that were/are relevant to the request described above. (C) The organization ™s business size under NAICS 541611 (large business, small business, veteran-owned small business, service disabled veteran-owned small business, HUBZone small business, 8(a), small disadvantaged small business, and/or women owned small business). Proprietary information submitted will be protected, when so designated. (D) It is a goal for prime contractors to subcontract with small business to the maximum extent practicable. If the interested firm is not a small business, submission of subcontracting opportunities as a percentage shall be submitted for subcontracting to small businesses, small disadvantaged businesses, woman-owned small businesses, HUBZone small businesses, veteran-owned small businesses, and service-disabled veteran-owned small businesses. (E) Teaming arrangements will be permitted. If your company intends to form a teaming arrangement for this procurement, provide a discussion of the teaming relationship. If this teaming partners are already identified you should provide the name(s) of the teaming partner(s), the anticipated type of teaming arrangement(s), address the specific attribute(s) each member will provide, and include the applicable experience for each member. In some cases, you may be able to form a joint venture with one or more small businesses and not be considered affiliated as long as each member of the joint venture is a small business under the applicable NAICS code (13 CFR 121.103(h)(3)). The limitation on subcontracting would apply to the cooperative effort of the joint venture not each individual member (13 CFR 125.6(i)). No telephone calls requesting a solicitation will be accepted or acknowledged. There is no solicitation available at this time. Any information received in response to this announcement will be used to determine the availability of interested sources that are qualified to provide the professional administrative, management, and coordination services. Any questions or requests for clarifications related to this announcement shall be submitted in writing to the Contract Specialist, Mr. Diego Avila at diego.j.avila@navy.mil by 3:30P.M. Local eastern time 27 July 2018. Written responses to this announcement shall be submitted electronically to the referred email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018918Q0408/listing.html)
 
Document(s)
Attachment
 
File Name: N0018918Q0408_Performance_Work_Statement_(Draft).pdf (https://www.neco.navy.mil/synopsis_file/N0018918Q0408_Performance_Work_Statement_(Draft).pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0018918Q0408_Performance_Work_Statement_(Draft).pdf

 
File Name: N0018918Q0408_N0018918Q0408_Att_1-PAST_PERFORMANCE_INFORMATION_FORM.docx (https://www.neco.navy.mil/synopsis_file/N0018918Q0408_N0018918Q0408_Att_1-PAST_PERFORMANCE_INFORMATION_FORM.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018918Q0408_N0018918Q0408_Att_1-PAST_PERFORMANCE_INFORMATION_FORM.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05001390-W 20180722/180720231021-9e0bc60f7e967933626235b584888049 (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.