Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2024 SAM #8227
SOURCES SOUGHT

D -- Program Management of Commercial Internet Service

Notice Date
6/4/2024 5:26:00 AM
 
Notice Type
Sources Sought
 
NAICS
517810 —
 
Contracting Office
OFFICE OF PROCUREMENT, OPERATIONAL SUPPORT SECTION � A47 LANDOVER MD 20785 USA
 
ZIP Code
20785
 
Solicitation Number
SS-M-24-A42-R-000049
 
Response Due
6/20/2024 10:00:00 AM
 
Archive Date
07/05/2024
 
Point of Contact
Julie Simpson, Phone: 202-738-3451
 
E-Mail Address
julie.simpson@usdoj.gov
(julie.simpson@usdoj.gov)
 
Description
This is a Sources Sought Notice ONLY. United States Marshals Service (USMS) desires to procure a contract for comprehensive management of commercial internet/broadband services in support of (not to exceed 500) USMS sites across the United States and its territories. The primary purpose of this contract would be in support of the Body Worn Camera (BWC) but is not limited to being applied to other lines of business. Approximately 400 of the USMS sites currently have no commercial internet/broadband service while approximately 100 sites are utilizing various Internet Service Providers (ISPs). In order to consolidate and simplify the existing, future installation, and continued management, the USMS requires a single contractor who can provide comprehensive management of the commercial internet/broadband service to these sites. The comprehensive management includes the requirements as listed in the attached Performance Work Statement under sections 2 and 3. The goal of this Sources Sought is to determine if this can be competed under a small business or socio-economic small business set-aside. In order to set-aside two (2) or more qualified small businesses or socio-economic small businesses would need to respond to this notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The Government is anticipating the NAICS code to be 517810, however the government is open to suggestions of other NAICS codes which may better fit this requirement. Attached a draft Performance Work Statement (PWS) for details. The anticipated award date is March 2025, however that could change. Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award. Small business contractors awarded contracts above the SAT are required to comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, in excess of permitted levels. See FAR 52.219-14 - Limitations on Subcontracting for Small Business. Questions All questions regarding this sources sought notice shall be received at USMS via email at julie.simpson@usdoj.gov no later than June 10, 2024, at 12:00 PM CST. Response Date Responses to this Sources Sought Notice shall be emailed to the Contracting Officer, Julie Simpson, julie.simpson@usdoj.gov no later than June 20, 2024, at 12:00 PM CST. Early submissions are encouraged. USMS reserves the right to review late submissions, however, there is no guarantee of review of late submissions. Please include the Sources Sought Notice Title �Managed Commercial Internet Services: (Company Name)� in the subject line of your email and provide electronic submission of your response. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, mailing address, website URL, social media link, business type, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code(s) with size standard(s). 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. The information must clearly explain how your firm can satisfy the requirement as outlined in the PWS. General statements of interest will not be used as a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. Any breakdown of pricing that can be provided would be appreciated, to assist the Government in with potential cost estimates. Breakdown examples would be: Program Management costs, Cost to Montior the Service Per Location, Actual Service Cost per Location. 5. Identify how you feel USMS can best structure these contract requirements (i.e. contract type, contract set-up (BPA, IDIQ, Purchase Order). 6. Indicate whether your company can meet the requirements of 2.1.4 of the PWS for the sites provided in that attached listing. 7. Provide a statement on whether you agree with the recommended NAICS code or if you recommend a different code that would better fit this need. 8. Provide any recommended feedback on the attached PWS that you feel would strengthen this requirement. Does the attached PWS contain enough information that would enable you to adequately respond to a request for proposals? 9. If your company has a contract vehicle (GSA, NASA SEWP, or Other Government Wide Contract Vehicle), that USMS could utilize to procure these services, please provide the contract number and any documentation regarding the contract which details how that contract vehicle can be utilized for this requirement. Attachments Attachment 1 � Draft Performance Work Statement Attachment 2 � Site List Attachment 3 - Sources Sought Notice
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9cb5d445180b483da9c15cbba44e24d3/view)
 
Place of Performance
Address: Arlington, VA, USA
Country: USA
 
Record
SN07086150-F 20240606/240604230122 (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.