Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2015 FBO #4980
SOLICITATION NOTICE

R -- Project Management Support - Draft PWS

Notice Date
7/11/2015
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-15-R-2001
 
Archive Date
9/1/2015
 
Point of Contact
WARCOM Contracts,
 
E-Mail Address
WARCOM-Contracts@navsoc.socom.mil
(WARCOM-Contracts@navsoc.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Performance Work Statement This is a Pre-Solicitation AND Sources Sought notice for Project Management Support for Naval Special Warfare Command (NSWC). All responses to this sources sought shall be based on the description of potential requirements, found within the attached DRAFT Performance Work Statement (PWS). This notice is a Request for Information (RFI) only and is not a solicitation for proposals. Requests for solicitation will not be responded to and no contracts shall be awarded based on any responses received from interested parties. Additionally, the Government will not reimburse contractors for any costs associated with responding to this sources sought notice/RFI. Description : NSWC intends to solicit for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, either single or multiple award. The effort may or may not be set aside, depending on the results of this announcement. Period of Performance: The estimated ordering period for this requirement is a one (1) year base period with a four (4) one (1) year option periods (total possible duration of five (5) years). The performance periods of individual task orders under this IDIQ will vary. Capabilities Statement: Sources sought responses shall reflect both corporate capabilities and their corporate experience related to the attached DRAFT PWS. Responses shall be submitted using Times New Roman, size 12 font and are to be limited to five (5) single sided pages. Company information must include the following: Current Facility Clearance Level (FCL) Point of contact Phone number e-mail address, Business size under NAICS 541990 (size standard $15M) Any additional small business classification (8a, SDVOSB, HUBZone, etc.) When developing a response, please address the following: 1. Previous similar contracts with the U. S. Special Operations Command or Department of Defense (DOD). If applicable, please include contract numbers and dollar values. 2. Ability to replace employees that leave the contract or take an excessive leave of absence in a timely manner. 3. Ability to provide and support employees with Top Secret/SCI clearances. 4. Ability to support services at the Sensitive Compartmented Information level. 5. Plans and procedures that might be implemented to maintain appropriate "Conflict of Interest" clauses any possible resulting contract. 6. Any other pertinent information that would make the responding company uniquely qualified for this effort. Any information submitted in response to this Presolicitation/Sources Sought Notice is strictly voluntary. This synopsis is for information planning purposes only and the Government will not pay or otherwise reimburse respondents for information submitted. All documentation and statements received in response to this sources sought shall become the property of the U.S. Government. No additional information is available. Requests for the same will be not receive a response. There is no commitment by the Government to issue a solicitation, to make award or awards, or to be responsible for any monies expended by any interested parties in support of any effort in response to this Notice. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. All responses must be submitted in writing via e-mail to warcom-contracts@navsoc.socom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-15-R-2001/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03793692-W 20150713/150711233034-23126f48298f915e48ab5a9071b1ffa6 (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.