Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOURCES SOUGHT

R -- Sustainment Option Report

Notice Date
4/22/2021 11:49:32 AM
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
N6339421Q0061_FY21-20334
 
Response Due
5/1/2021 12:00:00 PM
 
Archive Date
05/16/2021
 
Point of Contact
Ruben A. Velasquez, Phone: 8052280428
 
E-Mail Address
ruben.velasquez@navy.mil
(ruben.velasquez@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT FOR COMMERCIAL ITEMS � General Information: Document Type:������������������� Sources Sought Solicitation� Number:���������� N6339421Q0061 Posted Date:�������������������������� 04/21/2021 Original Response Date:����� 05/01/2021 Product or Service Code:���� R425 Set Aside:������������������������������ Total Small Business NAICS Code:� � � � � � � � � � � � � 541618 Description: MARKET SURVEY � Request for Information (RFI):� The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) issues this Sources Sought Notice as a means of conducting market research to identify interested parties for this requirement.� This Sources Sought Notice is focused on identifying capabilities in the market place and resources to support this requirement, as well as obtaining related technical information for the procurement of the items listed below. The result of this market research will contribute to determining the method of procurement.� The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541618 The envisioned item anticipated to be procured from a contractor as a result of a potential future solicitation is identified below. Method of issue: Total Small Business The NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION is seeking the following requirement; Sustainment Options Report (SOR) is an exhaustive assessment of costed options to continue sourcing a�reliable supply of an old or discontinued product. A Sustainment Options Report (SOR) describes available sustainment options and cost estimates covering anything from a single board to an entire program. DESCRIPTION OF PRODUCT or SERVICES Part Number: NAI 64CS3-44CSA8-02-81 � � � � � �Description: ���Sustainment Options Report � � � � � �Quantity: 1 �����������Part Number is Commercial� � � � 2. Part Number: NAI 64C1-K2K2K2K2K2J70AC-70 � � � � � Description: ���Sustainment Options Report � � � � � Quantity: 1 ����������Part Number is Commercial� � � �3. Part Number: NAI 64C1-K2K2S1Z0J70AC-57 � � � � �Description: ���Sustainment Options Report � � � � �Quantity: 1 �������� Part Number is Commercial� � � �4. Part Number: NAI 64D1-N1K3K3AC-51 � � � � �Description: ���Sustainment Options Report � � � � �Quantity: 1 ������� �Part Number is Commercial� � � �5. Part Number: NAI 64C1-E2E2C2T2E1F110AC-61 � � � � �Description: ���Sustainment Options Report � � � � �Quantity: 1 ���������Part Number is Commercial� � � �6. Shipping to : Port Hueneme, 93043 INSTRUCTIONS TO INDUSTRY: Requested Information:� The Navy requests the following information from parties interested in responding to this Sources Sought Notice: Company Name, Address, CAGE Code, DUNS. Response Point of Contact name, telephone number, email address, and website URL. Tailored Information describing company capabilities, resources, experience, and product lines that demonstrate an ability to provide the items described above. Business Size, Special Size Sub-Category, and Type of Ownership for the Company. Rough Order of Magnitude (ROM) cost estimate to provide the items in the quantity described above Feedback and questions regarding the feasibility or challenges for providing the items described above Information regarding the commerciality of the items described above Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government.� The Government will evaluate market information to ascertain potential market capacity to: Provide supplies consistent in scope and scale with those described in this notice and otherwise anticipate Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to provide the above-listed items should respond to this Sources Sought Notice.� Responses are required to be received no later than 3:00 PM Pacific Time on 05/01/2021.� Responses should be provided in formats compatible with Microsoft Office 2010 for Windows or Adobe Portable Document Format (pdf).� Receipt of responses will be acknowledged.� Responses will not be returned.� Following the date of response submission, the Government may contact respondents to seek clarification of submitted information.� All responses under this Sources Sought Notice shall be submitted to Ruben Velasquez at ruben.velasquez@navy.mil. If you have any questions concerning this opportunity, please contact:� Ruben Velasquez at ruben.velasquez@navy.mil. The Government WILL NOT PAY for any information received in response to the Sources Sought Notice nor will the Government compensate respondents for any cost incurred in developing information for, participating in meetings with, or engaging in discussions with the Government. Proprietary and Limited Distribution:� It is incumbent upon parties providing responses to this Sources Sought Notice to identify all data contained within that is proprietary or has limited distribution requirements.� All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. There is no solicitation at the current time and NO FUNDING IS AVAILABLE for contractual efforts.� This Sources Sought Notice does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract.� The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement.� Additionally, any costs incurred by interested companies in response to this announcement will NOT be reimbursed and are NOT considered allowable direct charges to other contracts or tasking. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html http://farsite.hill.af.mil/ APPLICABLE SOLICITATION PROVISIONS FAR 52.202-1 Definitions. FAR 52.203-3 Gratuities FAR 52.203-12 Limitation on Payments To Influence Certain Federal Transactions FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of��� Whistleblower Rights FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7 System for Award Management. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.204-17 Ownership or Control of Offeror. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certification. FAR 52.204-20 Predecessor of Offeror. FAR 52.204-21 Basic Safeguarding of covered contractor information systems. FAR 52.204-22 Alternative Line Item Proposal. FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and services developed or provided by Kaspersky lab and other covered entities. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.212-1 Instructions to Offerors�Commercial Items. FAR 52.212-2 Evaluation�Commercial Items. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Contitions Required to Implement Statutes or Executive Orders � Commercial Items FAR 52.219-1 Small Business Program Representations. FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-41 Service Contract Labor Standards FAR 52.222-46 Evaluation of Compensation for Professional Employees (Not for use in NAVSEA). FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification. FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals� Representation. FAR 52.225-18 Place of Manufacture. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. APPLICABLE CONTRACT CLAUSES FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certification. FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab. FAR 52.211-15 Defense Priority and Allocation Requirements. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-1 Disputes. FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act. FAR 52.243-1 Changes-Fixed Price. FAR 52.244-6 Subcontracts for Commercial Items. FAR 52.246-1 Contractor Inspection Requirements. FAR 52.246-2 Inspection of Supplies�Fixed-Price. FAR 52.246-16 Responsibility for Supplies. FAR 52.247-34 F.o.b. Destination. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.211-7003 Item Unique Identification and valuation. DFARS 252.211-7008 Use of Government�Assigned serial DFARS 252.223-7008 Prohibition of Hexavalent Chromium. DFARS 252.225-7001 Buy American and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.225-7048 Export-Controlled Items. DFARS 252.231-7000 Supplemental Cost Principles. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.244-7000 Subcontracts for Commercial Items. DFARS 252.247-7023 Transportation of Supplies by Sea. G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.219-28 Post Award Small Business Program Representation. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor�Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Equal Opportunity for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. FAR 52.233-3 Protest after Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2821273c91c84120b80c528d11a322e7/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN05981021-F 20210424/210422230118 (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  © 1994-2020, Loren Data Corp.