Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2010 FBO #2994
SOURCES SOUGHT

R -- DIMOC 24-7 IMAGERY OPERATIONS-MANAGEMENT CAPABILITY - DRAFT - PWS v2

Notice Date
2/2/2010
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002802022010
 
Point of Contact
Leila S. Miller, Phone: (951) 413-2402, KAREN NEWLANDER, Phone: 951-413-2303
 
E-Mail Address
leila.miller@dma.mil, KAREN.NEWLANDER@DMA.MIL
(leila.miller@dma.mil, KAREN.NEWLANDER@DMA.MIL)
 
Small Business Set-Aside
N/A
 
Description
DRAFT - PWS v2 The Defense Media Activity Contracting Office is seeking sources for the DEFENSE IMAGERY MANAGEMENT OPERATIONS CENTER (DIMOC) 24/7 IMAGERY OPERATIONS AND MANAGEMENT CAPABILITY. This Request for Information (RFI) is being issued to help determine the availability and technical capability of qualified companies capable of meeting the Government requirement. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), NOR IS IT A REQUEST FOR QUOTATION (RFQ). It is not to be construed as a commitment by the requesting party to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor quotes. No award will be made as a result of this RFI. The Government will NOT be responsible for any costs incurred by interested parties in responding to this RFI. This FedBizOps sources sought notice is an announcement seeking market information. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of Government’s evaluation of the information received. As a result of this Request for Information (RFI), the Government may issue a Request for Proposal (RFP); however, should such requirements materialize, no basis for claims against the Government shall arise as a result of a response to this Request for Information (e.g., use of such information as either part of its evaluation process or in developing specifications for any subsequent requirement). All respondents are requested to identify their firm’s size and type of business (e.g., large business, small business, service-disabled, HUBZone, 8(a), etc.). The North American Industry Classification System (NAICS) Code is 541611with a size standard of $7.0 million. A draft Performance Work Statement (PWS) is attached to provide respondents a better understanding of the needs of the DIMOC and the respondent’s potential ability to meet DIMOC’s requirement. At this time, the Government feels that sub-paragraph 2.2 explains the skills and expertise required for the requested work. The purpose of this notice is to identify interested vendors – large businesses, small businesses, 8(a), Veterans Owned, etc., and to determine if a set-aside is warranted. Responses should speak to the ability to perform the requirements contained in the PWS and provide evidence of successful experience regarding the core competencies. The Government recognizes that proprietary data may be a part of your submittal. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. At a minimum, provide the following information in your submittal: (1) Name of company; (2) Name of company’s POC, including address, phone, and email; (3) Identify the type of entity (large business, small business, small disadvantage, woman-owned, 8(a), HUBZone, service disabled veteran-owned, etc,), (4) Identify intent to team, and if possible, the anticipated teaming arrangement. Interested small businesses should review and understand the requirements in Federal Acquisition Regulation (FAR) Part 19 and FAR Clause 52.219-14, Limitations on Subcontracting. In addition, the statement of qualifications should include information that clearly demonstrates the respondent’s capabilities, expertise and experience to perform the requirements contained in the draft Performance Work Statement. Send submittals to: Defense Media Activity-Contracting Office, ATTN: LEILA MILLER, 23755 Z Street, Riverside, CA 92518 or via email to Leila.Miller@dma.mil. Telephone responses or inquiries will not be accepted. Submittals are requested NOT LATER THAN 17 FEB 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002802022010/listing.html)
 
Place of Performance
Address: WASHINGTON DC; ALEXANDRIA VA; FORT MEADE MD, United States
 
Record
SN02055648-W 20100204/100202235339-d4d2bf4be61321408885736b74d81ccd (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.