Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2019 FBO #6494
SOURCES SOUGHT

R -- Logistics, Administrative & Technical Support Services

Notice Date
9/4/2019
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-19-I-0014
 
Archive Date
10/3/2019
 
Point of Contact
WARCOM Contracts, , Michelle L Riisma, Phone: 6192434525
 
E-Mail Address
NSWK2@socom.mil, michelle.l.riisma.civ@socom.mil
(NSWK2@socom.mil, michelle.l.riisma.civ@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
NAVAL SPECIAL WARFARE COMMAND (NSWC) LOGISTICS, ADMINISTRATIVE & TECHNICAL SUPPORT (LATS) SERVICES NAICS Code The NAICS Code for this requirement is 541990, All Other Professional, Scientific and Technical Services and the Size Standard is $16.5M. SECURITY CONSIDERATIONS: Contractor personnel performing work under any resulting contract must hold a minimum of SECRET level clearance at time of the proposal submission, and shall maintain the level of security required for the life of the resulting contract. Contractor may require access to Secure Internet Protocol Router Network (SIPRNET) and Non-secure Internet Protocol Router Network (NIPRNET) systems at Government facilities only. The Government shall ensure that all Contractor employees have received operational security (OPSEC) indoctrination prior to performing their daily duties. The Contractor shall possess and maintain a SECRET facility level clearance (FCL), meeting the requirements of the Defense Security Service. The Contract employees performing work in support of this contract shall have been granted a SECRET security clearance from the Defense Industrial Security Clearance Office, prior to employment. DUE TO OPERATIONAL COMMITMENTS, THE GOVERNMENT WILL NOT SUPPORT ANY REQUEST FOR NEW FACILITY CLEARANCE LEVELS (FCLs) FROM THIS SOURCE SOUGHT NOTICE OR ANY RESULTING SYNOPSIS OR SOLICITATION. A FCL MUST ALREADY BE IN PLACE AT THE TIME OF PROPOSAL SUBMISSION IN ORDER FOR ANY OFFEROR ON ANY RESULTING SYNOPSIS OR SOLICITATION TO BE ELIGIBLE FOR AWARD. Anticipated Contract The proposed contract will be a single or a multiple award, Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract, with Firm Fixed Price (FFP) provisions. This effort may or may not be set aside, depending on the results of this announcement. This contract is planned to replace the existing contracts as follows: H92240-14-D-0016, H92240-15-D-0016, H92240-15-D-0017, and H92240-15-D-0018. Period of Performance The ordering period is for five (5) years with annual reviews in place for performance standards. The performance periods of individual task orders under this IDIQ will vary. Performance Requirement It is anticipated that the contractor shall provide all personnel and management necessary to provide Logistics, Administrative and Technical support services. Types of services to be issued at the Task Order level include the following: Project Management Support. Contractor shall perform the program management related to any TO efforts, including planning, financial budgeting, financial management, tracking, reporting, and evaluating metrics, organizing and managing critical aspects of the development, production, deployment, and sustainment of capabilities, systems, subsystems, and equipment, and provide assistance as directed by the TO. Logistics Support. Contractor shall provide logistics support and coordination as directed by the TO, including logistics management, evaluating the impact of new and innovative product support strategies, and assisting with sustainment management activities. Contractor shall be knowledgeable of logistics best commercial practices and DoD concepts and systems for supply chain management. Efforts may involve significant physical activity and heavy lifting, as well as use of material handling equipment. Administrative Support: Contractor shall coordinate and assist with a multitude of tasks. Personnel must be able to prepare briefings and reports. Contractor shall provide expert knowledge and capability in the use of personal computers to produce visual aids, briefing charts, and reports using appropriate software applications. Tasks may include tracking preparations, data entry functions, integrating information into required reports, establishing and managing databases, and generation and maintenance of special training requirements, files, forms, and established file plans. Technical Support. Contractor shall provide technical support and conduct hands-on training. TOs may also require assisting with implementation and sustainment of systems, sub-systems, components, processes, and equipment. Technology insertion or planning assistance may also be required. Efforts may involve physical activity and heavy lifting. There is no solicitation at this time. This sources sought does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred; and it shall not be construed as any commitment by the Government to execute this requirement. The government will use the responses to this Sources Sought to ascertain potential market capability. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Government is not obligated to notify respondents of the results of this announcement and it reserves the right to reject, in whole or in part, any private sector input as a result of this announcement. NOTE: Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. Responses to this Sources Sought request should reference "LATS" and shall include the following information: 1. Company name, address, POC name, phone number and email. 2. Contractor and Government Entity (CAGE Code). 3. Business Size under NAICS 541990. 4. Previous similar contracts with the U. S. Special Operations Command or Department of Defense (DOD). If applicable, please include contract numbers and dollar values. 5. Current Facility Clearance Level (FCL). 6. Ability to replace employees that leave the contract or take an excessive leave of absence in a timely manner. 7. Ability to provide and support employees with Secret clearances. 8. 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. 9. Any other pertinent information that would make the responding company uniquely qualified for this effort. Submissions are not to exceed ten (10) standard typewritten pages. All technical questions and inquiries may be submitted within the response. Responses shall be submitted electronically to NSWK2@socom.mil by 18 September 2019. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within these pre-solicitation sources sought notice may change prior to an official solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-19-I-0014/listing.html)
 
Place of Performance
Address: Place of performance shall include but not be limited to Coronado, CA and Virginia Beach, VA., United States
 
Record
SN05430608-W 20190906/190904231228-0938a1617251c60ae6bcb02e321af53e (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.