Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2010 FBO #3000
SOURCES SOUGHT

T -- Base Paper

Notice Date
2/8/2010
 
Notice Type
Sources Sought
 
NAICS
511110 — Newspaper Publishers
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068110SCOUT
 
Response Due
2/18/2010
 
Archive Date
3/5/2010
 
Point of Contact
Captain Marshalee ClarkeMarshalee.Clarke@usmc.mil
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS/MARINE CORPS BASE CAMP PENDLETON BASE NEW PAPER This is a Sources Sought Synopsis, for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall be not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. This sources sought is being published to identify potential Publisher capable of producing and distributing "The Scout", a weekly civilian enterprise newspaper serving Marine Corps Base, Camp Pendleton, California; the surrounding community; and, Marine Corps Recruit Depot (MCRD), San Diego, California, in accordance with this Performance Work Statement. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 511110, Administrative Management and General Management Consulting Services. The size standard for NAICS 511110 is 500 Employees. Comments on this NAICS and suggestions for alternatives must include supporting rationale. No decision has yet been made regarding the small business strategy for this acquisition. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business. Small businesses are advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by the small business prime contractor alone. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement as stated above and in the attached Performance Work Statement. The statement of capability shall include:I.Contractor Namea. Addressb. Point of Contact (POC)c. POC phone number(s) and e-mail addressesd. Cage codee. Business status (i.e. large/small business, disadvantaged, Hub Zone, woman-owned, etc.)f. Brief description of the company's business sizeg. Anticipated teaming arrangements (delineate between work accomplished by prime and work accomplished by teaming partners)h. Interest in proposing as a prime/subcontractor II.Description of Relevant Contract Experience (Government and Commercial)a. Contract numberb. Description of the requirementc. Response to the attached Relevancy Questionnaire (Attachment 1)d. Magnitudee. Place of performancef. POC for the requiring activityg. POC address, e-mail phone number(s), fax number and the company's web page, if applicable III. The statement of capability shall be UNCLASSIFIED. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFP. The Government will use this information in determining its small business set-aside decision. The company's standard format is acceptable; however, the limit for all responses is not to exceed fifteen (15) single-sided, 12 font size, 8 x 11-inch pages (page limitation is inclusive of attachments 1 and 2). Contractors capable of providing these services should submit a Statement of Capability containing the above reference information via e-mail to marshalee.clarke@usmc.mil, the Government points of contact for this e-mail are Captain Marshalee Clarke, Contracting Specialist. Each submission should be virus scanned prior to being sent. Electronic submission is required. Responses shall be received not later than 18 February 2010, 1200 noon Pacific Standard Time. NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 2 megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the e-mail was received and can be viewed. All responses must address each of the above stated requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068110SCOUT/listing.html)
 
Place of Performance
Address: Marine Corps Base Camp Pendleton, Camp Pendleton, Ca
Zip Code: 92055
 
Record
SN02060584-W 20100210/100208234647-14661832080bc944da7fe668a393c39e (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.