Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2023 SAM #8011
SOURCES SOUGHT

R -- Secretarial Services NSWCDD

Notice Date
11/1/2023 11:23:50 AM
 
Notice Type
Sources Sought
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N00178-23-R-4213
 
Response Due
12/5/2023 8:00:00 AM
 
Archive Date
12/20/2023
 
Point of Contact
Thomas Blake Clift, Sheila H. Ballard
 
E-Mail Address
thomas.b.clift.civ@us.navy.mil, sheila.ballard@navy.mil
(thomas.b.clift.civ@us.navy.mil, sheila.ballard@navy.mil)
 
Description
The purpose of this update is to provide time, date and location of Industry Day and update the solicitation number. Industry Day will be held on December 5th 2023 from 11:00am to 1:00pm at The University of Mary Washiongton Dahlgren Campus�4224 University Drive, King George, VA 22485. The solicitation number will be N00178-24-R-4213. The prupose of this notice is only to provide an update to Industry Day and updated solicitation number, this IS NOT an extension for the request of capability statements.� Naval Surface Warfare Center Dahlgren Division Sources Sought and Advance Notice For Secretarial Support Services -follow on of N00178-16-D-9063/ N0017819F3015 and N0017823C2400 �N00178-24-R-4213 The following is being provided to request for capability statements to determine if the requirement will be set-aside to small businesses and is being provided to enhance competition and allow industry adequate time to develop acquisition strategies Background � The Naval Surface Warfare Center Dahlgren Division (NSWCDD) and Dam Neck Activity (DNA) provides comprehensive and dedicated support to the Navy of research, development, test and evaluation, analysis, systems engineering, integration and certification of complex naval warfare systems and fleet support. Additional Contractor support of administrative and clerical support services is required as NSWCDD and DNA continues to provide the military with testing and certification by utilizing its Potomac River Test Range in Dahlgren, VA and provides fleet support at Combat Direction Systems Activity in Dam Neck which is located in Virginia Beach, VA.� Follow-on � This is a follow on requirement to Contract No. N00178-16-D-9063/ Task Order No. N0017819F3015 and N0017823C2400 Attachments � A draft Statement of Work (SOW), draft Labor Category Qualifications, draft Level of Effort, and the Industry Day slides are attached to this notice. Contract Type � The Government contemplates award of a Firm Fixed Price with Economic Price Adjustment Contract. Period of Performance � The resultant order will have a Base Period of twelve (12) months and four (4) Option Years, each consisting of twelve months, for a total of 60 months, if all options are exercised. Geographical Zone � Opportunity open to all geographical zones. Set-Aside - The Government has not made a set-aside determination.� A set-aside determination will be made after the Request for Capability Statements have been received and adjudicated. Mandatory Requirements � Offerors must meet each of the mandatory requirements. Mandatory Requirement 1 shall be met at the time of proposal submission and continue to be met up to and through Task Order Award and for performance of the Task Order.� Mandatory Requirement 2 shall be met at Period of Performance start date and continue to be met during performance of the Task Order.� The mandatory requirements are as follows: Requirement 1: Facility Security Clearance: The Prime Contractor supporting this contract must have a Facility Clearance Level (FCL) of TOP SECRET.� Requirement 2: Personnel Security Clearance: All personnel providing support under this requirement must�possess clearances at the SECRET level or higher. Individuals in the Secretary II � Top Secret and Secretary III � Top Secret labor categories must have the ability to successfully obtain a TOP SECRET or TOP SECRET/SCI Clearance within 2 years of placement on the contract unless this timeframe is further extended by prior written authorization by the Contracting Officer.� Interim SECRET clearances are acceptable.� OCI - An Organizational Conflict of Interest Clause (OCI) as defined by FAR 9.505 will be included in the resultant Request for Proposal (RFP) and task order. Offerors must certify to OCI or provide an acceptable mitigation plan. Industry Day � Industry Day will be held on December 5th 2023 from 11:00am to 1:00pm at The University of Mary Washiongton Dahlgren Campus�4224 University Drive, King George, VA 22485 Milestones � It is anticipated that the Solicitation will be available in SAM.gov by March 2024 and will be open for approximately thirty (30) calendar days.� Performance is anticipated to begin no later than 12 June 2025. RFP � The RFP number will be N00178-24-R-4213. An RFP release in SAM.gov is anticipated. Request for Capability Statements � At this time, a determination has not been made to set-aside this procurement. Responses to this Sources Sought will be evaluated and used to determine the set-aside status of this requirement.� Interested Small and Large Businesses are invited to submit capability statements. Capability statements shall not exceed 15 pages, not including resume summaries and shall include the following items: (1) Sources Sought announcement number you are applying to and a description of the Offeror's capabilities relating specifically to the attached draft SOW, specifically addressing relevant experience and understanding of the work for which this acquisition will support; (2) A company profile including the Cage Code, an active GSA Multiple Award Schedule (MAS) contract number, and a statement regarding current Small Business status (including all applicable categories of Small Business: Service-Disabled Veteran-Owned Small Business, HUBzone, 8A, Woman-Owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran-Owned Small Business or Small Disadvantaged Business). (3) The specific qualifications, capabilities, and experience of the Contractor's personnel available to support this effort, including the personnel's security clearance level. Identify whether individuals are employees of the Offeror or of a planned team member (Sub-contractor) and identify the planned team member; (4) A description of the Offeror's ability to meet each of the mandatory requirements; (5) Specific past performance on same or similar size and scope of work performed by the Offeror as a Prime Contractor within the past five (5) years, including a description of the services provided, the dollar value of the effort, and the contract number; (6) List prospective Sub-contractors and provide a statement with metric that contain sufficient information concerning the ability to meet the Government limitations in FAR 52.219-14 Limitations on Subcontracting (FEB 2023) (DEVIATION 2021-O0008). (7) Interested Offeror(s) shall identify any potential �similarly situated entity� arrangements being considered. A �similarly situated entity� means a first-tier Sub-contractor, including an independent Contractor that has the same Small Business program status as that which qualified the Prime Contractor for the award and that is considered small for the NAICS code the Prime Contractor assigned to the Sub-contract the Sub-contractor will perform.� If �similarly situated entity� Sub-contracting is contemplated, the capability statement shall contain detailed information concerning the planned �similarly situated entity� Sub-contracting/consulting arrangement(s) (including proposed work share, DUNS number(s), and all applicable categories of Small Business status) to assure the Government that the limitations of FAR 52.219-14, Limitations on Subcontracting (FEB 2023) (DEVIATION 2021-O0008), can be met for each contract period. The limitations identified in the aforementioned clause require the Offeror/Contractor to agree that in the performance of the resultant contract it will not pay more than 50 percent of the amount paid by the Government for contract performance to Sub-contractors that are not similarly situated entities.� Any work that a similarly situated entity further Sub-contracts will count toward the 50 percent Sub-contract amount that cannot be exceeded. (8) Provide an answer to the following Question: Is the Contractor cleared at the TOP SECRET level for information processing and storage at their facility. No telephone responses will be accepted. Responses must be received no later than 3:00 PM EST on 1 September 2023 via e-mail to thomas.b.clift.civ@us.navy.mil and Sheila.h.ballard.civ@us.navy.mil.� Responses should reference �Secretarial Support Services� Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to the sources sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6481ecffbaeb4486a5eb17c6a26a2d8a/view)
 
Place of Performance
Address: King George, VA 22485, USA
Zip Code: 22485
Country: USA
 
Record
SN06873965-F 20231103/231101230100 (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.