SOURCES SOUGHT
J -- HARDWARE MAINTENANCE SERVICES OF NON-NAVY MARINE CORPS INTRANET INFORMATION TECHNOLOGY SYSTEMS AND PERIPHERALS - 18-R-0016 Attachments
- Notice Date
- 11/7/2017
- Notice Type
- Sources Sought
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
- ZIP Code
- 93555-6108
- Solicitation Number
- N6893618R0016
- Archive Date
- 11/20/2017
- Point of Contact
- Ashley Bruce, Phone: 760-939-8996, Sue E. Casey, Phone: (760) 939-4115
- E-Mail Address
-
ashley.c.bruce@navy.mil, sue.casey@navy.mil
(ashley.c.bruce@navy.mil, sue.casey@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement (.DOC) Inventory List (.XLS) INTRODUCTION The Naval Air Warfare Center Weapons Division (NAWCWD) at China Lake, CA is seeking qualified vendors to provide hardware maintenance and repair services of Non-Navy Marine Corps Intranet (NMCI) Information Technology (IT) equipment and peripherals for the 721000D Information Technology/Information Management (IT/IM) Division. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible firms, of all sizes, capable of providing the supplies described herein prior to determining the method of acquisition and issuance of a Request for Quote. The responses to this Sources Sought will be utilized to determine if any small business set aside opportunities exist. ELIGIBILITY The applicable NAICS code for this requirement is 811212, with a company size standard of $27.5M. The anticipated Product Service Code (PSC) for this requirement is J070. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. REQUIREMENTS The Contractor shall provide monthly and per-call preventive maintenance, repair, reconfiguration, deinstallation and reinstallation, as well as upgrades to increase the size, speed, and performance of various Non-NMCI IT manufactured equipment and peripherals such as Digital Equipment Corporation (DEC), Silicon Graphics, Inc. (SGI), Sun Microsystems, Hewlett Packard (HP), Panasonic, Dell, and IBM. Refer to the attached DRAFT Performance Work Statement (PWS), and Inventory List. ANTICIPATED PERIOD OF PERFORMANCE Base Period 11 May 2018 - 10 May 2019 (12 mo) Option Period I11 May 2019 - 10 May 2020 (12 mo) Option Period II 11 May 2020 - 10 May 2021 (12 mo) PREVIOUS CONTRACT BACKGROUND 1.Contract Number: N68936-15-P-0297 2.Contract Type: FFP and T&M 3.Incumbent: R & D Training & Technical Services, Inc. 4.The work was previously sole-sourced to a HUBZone Small Business. 5.Previous/existing contract information is available through the NAVAIR Freedom of Information Act (FOIA) website at http://www.navair.navy.mil/foia/ SUBMISSION DETAILS Interested parties are requested to submit a brief capabilities statement (no more than ten (10) 8.5X11 inch pages in length, 12 point font minimum). 1.Demonstrate the technical ability or potential approach to perform the services listed in the DRAFT PWS. 2.Company Name; Company Address; Point-of-Contact name, phone, fax number, and e-mail address. 3.Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and company size (small or large according to the NAICS and size standard listed above); If your company is a Small Business, specify if your company qualifies for the following: Service-Disabled Veteran Owned Small Business; HUBZone Small Business; 8(a) Concern; Woman-Owned Small Business; Economically Disadvantaged Woman-Owned Small Business. 4.Security requirements. The contractor's capacity briefing shall address if contractor has current DD254 and if the proposed employees have current Secret Security Clearance. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Ashley Bruce, in either Microsoft Word (fully compatible with Microsoft office 2003) or Portable Document Format (PDF), via email at ashley.c.bruce@navy.mil. Submissions must be received by 5:00 p.m. Pacific Time on 15 NOV 2017. Questions or comments regarding this notice may be addressed by email to the Contract Specialist at ashley.c.bruce@navy.mil or the alternate Contract Specialist at sue.casey@navy.mil. All documents submitted shall reference this synopsis number. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2ae2aa4fbad87e1ab12c2ff19afa7fe3)
- Place of Performance
- Address: China Lake, California, United States
- Record
- SN04733346-W 20171109/171107230949-2ae2aa4fbad87e1ab12c2ff19afa7fe3 (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 |