Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2023 SAM #7907
SOURCES SOUGHT

R -- Maritime Special Operations Forces Support Services (MSOFS) Follow-On and Ceiling Increase

Notice Date
7/20/2023 7:22:20 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NAVAL SPECIAL WARFARE COMMAND SAN DIEGO CA 92155-5583 USA
 
ZIP Code
92155-5583
 
Solicitation Number
H9224023I0006
 
Response Due
8/3/2023 7:00:00 AM
 
Archive Date
08/18/2023
 
Point of Contact
Michelle L Riisma, Phone: 6192434525
 
E-Mail Address
michelle.l.riisma.civ@socom.mil
(michelle.l.riisma.civ@socom.mil)
 
Description
This is not a formal Request for Quote (RFQ) or proposal (RFP).� Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. �This is a Sources Sought to meet the requirements of DFARS PGI 206.302-1. Naval Special Warfare Command (NSWC) has the need to increase the maximum contract ceiling value of a current multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Maritime Special Operations Forces Support Services (MSOFS).� This is an increase of the originally awarded ceiling value only and no intent of extending the existing ordering term.� The contracts and prime contractors are as follows: H9224020D0011, Lukos, LLC, 800 S Harbour Island Blvd, Tampa, FL 33602 H9224020D0012, People, Technology and Processes, LLC, 8621 E Dr Martin Luther King Jr Blvd, Tampa, FL 33610 H9224020D0013, RMGS, Inc, 500 Viking Drive Ste 302, Virginia Beach, VA 23452 H9224020D0014, Spathe Systems, LLC, 5401 W Kennedy Blvd Ste 750, Tampa, FL 33609 The contracts are currently set to expire on 19 March 2025 and a new follow-on contract is planned for award by FY25/Q1.� The existing MSOFS ceiling was established using an independent government cost estimate (IGCE) based on historical manpower support and the projected transition from other disparate contracts.� However, the multiple award contract was able to realize savings and efficiencies at a level higher than expected along with continued influx of support required.� Based upon the required support of priced options as well as strategic transitions until expiration, the forecasted ceiling of $245M is not adequate.� Therefore, it is necessary to increase the current contract ceiling value by $55M from $245M to $300M, total value across all contracts. The modification is planned to be executed under the authority of FAR 6.302-1(a)(2)(iii), only one source is capable of satisfying the agency�s requirements.� This determination is based on the fact that the current prime companies are the only ones capable to continue meeting the requirement since a follow-on contract will not be in place prior to reaching the current ceiling capacity. The Government has determined that a follow-on contract is necessary and is in the beginning stages of the acquisition plan.� At this time, no strategy has been finalized.� As such, the Government is requesting capability statements of responsible sources able to provide manpower augmentation support services in the areas of logistics, intel, and administrative services with a minimum Top Secret FCL and Secret Safeguarding.� To be determined responsible, primes must have implemented NIST SP 800-171 in accordance with DFARS provision 252.204-7019.� The assessment must be current; not more than 3 years old.� The Government also desires companies to have in-house classified network connectivity to be able to receive and handle classified information real-time. Responses must be provided to the Government no later than Thursday, 3 August, at 10:00 a.m. Eastern Standard Time.� All inquiries and responses concerning this action shall be sent in writing via email to michelle.l.riisma.civ@socom.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f5c87d0fff104fa09c899ae834e34827/view)
 
Place of Performance
Address: San Diego, CA 92155, USA
Zip Code: 92155
Country: USA
 
Record
SN06757999-F 20230722/230720230057 (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.