Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 22, 2020 SAM #6659
SOURCES SOUGHT

J -- Maintenance and technical support services for AT and T owned telecommunications cabling infrastructure

Notice Date
2/20/2020 1:33:24 PM
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
NAVSUP FLT LOG CTR JACKSONVILLE JACKSONVILLE FL 32212-0097 USA
 
ZIP Code
32212-0097
 
Solicitation Number
N6883620QTELE
 
Response Due
2/28/2020 8:59:59 PM
 
Archive Date
05/30/2020
 
Point of Contact
Susan Griffith
 
E-Mail Address
susan.p.griffith@navy.mil
(susan.p.griffith@navy.mil)
 
Awardee
null
 
Description
MARKET RESEARCH-- REQUEST FOR INFORMATION. NO SOLICITATION EXISTS. This is a SOURCES SOUGHT NOTICE for Market Research purposes ONLY. This information will be used to determine the availability of vendors capable of meeting the Government�s requirements and the availability of small businesses capable of providing this requirement. Potential sources must identify their business type (i.e., small business, large business, small disadvantaged business, 8(a) certified business, woman-owned business, etc.) to assist the U.S. Government in determining whether or not vendors are able to perform this requirement. All interested businesses (large and small) are encouraged to respond to this Sources Sought Synopsis. The NAVSUP Fleet Logistics Center Jacksonville (FLCJ) is conducting a market survey to determine the availability of Contractors capable of providing maintenance and technical support services for AT and T owned telecommunications cabling infrastructure at Naval Air Station (NAS) Pensacola Complex, Pensacola, Florida. The Contractor shall provide services as outlined in the attached DRAFT Performance Work Statement (PWS). The Contractor shall plan, schedule, coordinate and ensure effective completion of all services described herein. All interested vendors must show proof of license/agreement that they are able to perform maintenance on BellSouth/AT and T owned cabling and infrastructure previously referred to as CESL-177. It is anticipated that any resulting solicitation will be for a Firm Fixed-Price (FFP) contract. The NAICS code for this requirement is 811213 and the size standard is $12.0 Million. The PSC code is J058. Vendors interested in responding to this Sources Sought Synopsis shall provide a capability statement outlining their ability to meet or exceed all of the requirements in the attached DRAFT PWS. Information in the DRAFT PWS is subject to change. The capability statement shall include a cover page containing the company�s name, address, CAGE code, DUNS number, business size/socio-economic status, Government business point-of-contact name, phone number, and e-mail address. Please ensure submissions are tailored to this requirement and describe the firms ability to perform the requirements outlined in the DRAFT PWS. Submissions shall not exceed 5 pages. The cover page is not included in the 5 pages. Submittals will not be returned to the responder. The capability statement provided in response to this Sources Sought Notice is NOT to be considered a response to a Request for Proposal (RFP) in that no RFP exists at this time. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses will not restrict the Government to a particular acquisition approach or be construed as a commitment by the Government. The Government will not pay for the information requested herein. Evaluation results will not be provided to Contractors responding to this synopsis. No phone calls will be accepted. This notice does not constitute a RFP, or a promise to issue a 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 proposals at this time and will not accept unsolicited proposals in response to this Sources Sought Notice. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the U.S. Government. If a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry, Navy Electronic Commerce Online (NECO) and Contract Opportunities. It is the responsibility of industry to monitor NECO at www.neco.navy.mil and Contract Opportunities at https://beta.sam.gov/ for additional information pertaining to this requirement. Responses shall be in writing (Subject: Sources Sought N6883620QTELE) and sent by email to Ms. Susan Griffith, at susan.p.griffith@navy.mil. Responses shall be submitted no later than 4:00 P.M. EST on 28 February 2020. NOTE: THIS IS A REQUEST FOR INFORMATION ONLY AND SHOULD NOT BE CONSIDERED AS A COMMITMENT BY THE GOVERNMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING A RESPONSE TO THIS REQUEST. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/78ccef74a9f94497ad1ad1ae8e08a2f2/view)
 
Record
SN05567520-F 20200222/200220230151 (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.