Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2019 SAM #6588
SOURCES SOUGHT

D -- Request For Information (RFI) - Sources Sought Synopsis

Notice Date
12/11/2019 10:45:11 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511 USA
 
ZIP Code
23511
 
Solicitation Number
N0018900X0001
 
Response Due
2/26/2019 9:00:00 PM
 
Archive Date
01/01/2020
 
Point of Contact
Inga Love757-443-1328Inga.love@navy.mil
 
Description
This Request for Information (RFI) is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal or as an obligation on the part of the Government to acquire any products or services described herein. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of a contractors submission of responses to this announcement or the Governments use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received by the Government for this RFI.The information provided by contractors may be used by the Navy in developing its acquisition strategy, Performance Work Statement and/or Performance Specifications.Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI.Background: The Fleet Logistics Center Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive a contract vehicle that will provide contractor support for Navy Medical Research Center, in supporting Information Technology Support Services. Support services for this requirement are performed in Silver Spring, Fort Detrick, and Bethesda, MD.Travel from the various locations to other government facilities or other contractor facilities in area may be required. The period of performance for this anticipated contract is a one (1) twelve (12) month base period with four (4) twelve (12) month option periods and one (1) six-month extension in accordance with FAR 52.217-8, to commence approximately 01 December 2019. The purpose of this RFI is to identify qualified and experienced sources for an anticipated Firm Fixed Price contract under NAICS code 541519 with a size standard of $27.5M. This proposed contract vehicle will provide services in accordance with the attached DRAFT Performance Work Statement (PWS).Subject to FAR Clause 52.215-3, entitled Solicitation for Information of Planning Purpose, this announcement constitutes a Request for Information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. This RFI 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. Please see the attached draft PWS to view required tasks, basic qualifications, and deliverables. Reponses to this RFI request shall reference the RFI number N0018900X0001 and shall include the following information in this format: 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, 8(a), Hubzone, Woman-owned Small Business, Economically Disadvantaged Woman Owned Small Business, and/or Service Disabled Veteran Owned Small Business.4. Capability statement displaying the contractor’s ability to provide the minimum requirements of the Performance Work Statement 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 3 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. 5. Include any other supporting documentation to include your Seaport-e or Seaport-NxG contract number, GSA contract number, or any/all other contract vehicle information, regions and contracting experience under the contract vehicle to include task order numbers, award date, period of performance, sub or prime, and a brief description. 6. Please identify a Rough Order of Magnitude (ROM) and/or estimated unit price for the required services. 7. Please provide the estimated Labor Category or Labor Categories your company would utilize in performing this contract, with your estimated FTEs and hours. 8. Please provide questions, comments, or feedback regarding the draft PWS, planned contract type or any other associated information.Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise, qualifications, and experience to compete for this acquisition. Standard company brochures will not be reviewed.Submissions are not to exceed nine (9) typewritten pages in no less than 12 font. Responses should be emailed to inga.love@navy.mil by 2:00 pm on Wednesday, 27 February 2019. Again, this is not a request for a proposal. Respondents will not be notified of the results and the Government is not required to answer any questions submitted in regards to this sources sought notice. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/8e4afd609a1146e39c825c54e054ef7e/view)
 
Record
SN05514519-F 20191213/191211230308 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.