SOURCES SOUGHT
70 -- United States Naval Observatory Transport System
- Notice Date
- 12/19/2023 8:03:26 AM
- Notice Type
- Sources Sought
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N6228524RC003AE
- Response Due
- 1/4/2024 9:00:00 AM
- Archive Date
- 01/19/2024
- Point of Contact
- Gil Dobison gilbert.k.dobison.civ@us.navy.mil, Phone: 7574431380
- E-Mail Address
-
gilbert.k.dobison.civ@us.navy.mil
(gilbert.k.dobison.civ@us.navy.mil)
- Description
- Subject to FAR Clause 52.215-3, entitled ""Solicitation for Information of Planning Purpose,"" this announcement constitutes a Sources Sought for information and planning purposes for qualified and experienced sources to provide a seamless telecommunication infrastructure that supports the institutional missions of teaching, learning, and research by providing high quality, robust, scalable, and cost-effective digital telecommunications for United States Naval Observatory (USNO). This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It 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. The Government plans to procure these services as Commercial Item as defined in FAR 2.101.�� NAICS CODE: The NAICS Code for this requirement is 334112, Computer Storage Device Manufacturing, and the Size Standard is 1,250 Employees. BACKGROUND: The Naval Supply System Command (NAVSUP), Fleet Logistics Center Norfolk (FLCN) is conducting market research to remain competitive in an increasingly competitive world, the USNO provides the time standard and dissemination of the time standard to all DoD systems under CJCSI 4650.01H and DoD Instruction (DoDI) 4650.06.� USNO uses Internet Protocol (IP) and Radio Frequency (RF) transport to provide timing corrections to the Navy, DoD, Government Agencies, and the world.� Accurate time based on a timing standard is critical to any navigation system.� �The work on this contract will occur within the area of responsibility as defined in the attached draft Performance Work Statement (PWS).� � The support required under this anticipated procurement is included in the draft PWS provided with this notice. RFI SUBMISSION REQUIREMENTS: Interested parties shall submit responses to this RFI.� Responses should reference the RFI and shall include the following information in this format: 1. Company name, address, Point of Contact name, phone number, and email address. 2. Contractor and Government Entity (CAGE) Code and DUNS Number.� 3. Business size under NAICS. 4. Capability statement addressing aptitude to deliver unclassified and classified transport systems hardware to support infrastructure, provide qualified Full Time Equivalents (FTEs) and retain FTEs throughout performance, and the required security clearance in the PWS in addition to any information that demonstrates the ability to meet the requirements in the PWS. 4. Describe your ability to support the scope of the requirement listed in this notice and applicable attachments. 5. Describe any past performance efforts with a similar scope to the proposed requirement. Provide contract numbers, dollar value, and the period of performance for each contract referenced in the response to this sources sought notice. 6. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large businesses will be used. This announcement is NOT a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the U.S. Government.� The Navy will not assume liability for costs incurred in response to this RFI. Documentation of technical expertise and experience must be presented in sufficient detail for the U.S. 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. Submissions are not to exceed five (5) typewritten pages in no less than 12 font. All technical questions and inquiries may be submitted within the response. Responses should be emailed to gilbert.k.dobison.civ@us.navy.mil by 12:00 pm eastern standard time (EST) on 04 January 2024.� Again, this is not a request for a proposal.� Respondents will not be notified of the results and the U.S. Government is not required to answer any questions submitted in regards to this RFI. 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://sam.gov/opp/6fa06e19d48546edbe1f29ee4c7338f0/view)
- Place of Performance
- Address: DC 20392, USA
- Zip Code: 20392
- Country: USA
- Zip Code: 20392
- Record
- SN06917693-F 20231221/231219230056 (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 |