Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2020 SAM #6684
SOURCES SOUGHT

D -- Technician Support Services

Notice Date
3/16/2020 7:55:35 AM
 
Notice Type
Sources Sought
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N7027220RCL9E48
 
Response Due
4/6/2020 9:00:00 AM
 
Archive Date
04/21/2020
 
Point of Contact
Rachel Karkane
 
E-Mail Address
Rachel.karkane@navy.mil
(Rachel.karkane@navy.mil)
 
Description
Subject to FAR Clause 52.215-3, entitled ""Solicitation for Information of Planning Purpose,"" this announcement constitutes a Sources Sought for information and planning purposes for on-site dedicated technician support services for Naval Computer Telephone Area Master Station (NCTAMS) Atlantic (LANT) Base Communications Offices (BCO) at Portsmouth Naval Shipyard, Kittery, ME, Naval Station Newport, Newport, RI and Naval Submarine Base New London, Groton, CT. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government plans to procure these services as Commercial Item as defined in FAR 2.101. �� Subject to FAR Clause 52.215-3, entitled ""Solicitation for Information of Planning Purpose,"" this announcement constitutes a Sources Sought for information and planning purposes for on-site dedicated technician support services for Naval Computer Telephone Area Master Station (NCTAMS) Atlantic (LANT) Base Communications Offices (BCO) at Portsmouth Naval Shipyard, Kittery, ME, Naval Station Newport, Newport, RI and Naval Submarine Base New London, Groton, CT. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government plans to procure these services as Commercial Item as defined in FAR 2.101. �� Place of Performance (Site Location) The performance of this work will be held at the following locations: Base Communications Office Portsmouth Naval Shipyard, Kittery, ME Base Communications Office Naval Station Newport Base Communications Office Naval Submarine Base New London � NAICS Code The NAICS Code for this requirement is 517311, Wireless Telecommunications Carriers, and the Size Standard is 1500. The Product Service Code (PSC) is D399, Other Computer Services. � Period of Performance The period of performance for this requirement will be one (1) base year with provisions for four (4) one-year option periods with a six (6) month option pursuant to FAR 52.217-8 if circumstances necessitate this option.� This contract is estimated to commence on 1 January 2021. Contract Type: The proposed procurement is for a single award, Firm Fixed Price (FFP) contract. The Firm Fixed Pricing of this requirement will be based on the monthly rate charged for the services as described in the PWS. The scope of this contract includes on-site dedicated technicians and on-site dedicated outside cable plant support. Responses: Reponses to this Sources Sought request should reference (N7027220CL9E48) and shall be submitted electronically to Rachel Karkane at Rachel.karkane@navy.mil, phone: (757) 443-2092 by 1200 EST on 01 April 2020. All responses submitted to this RFI shall be in English.� Responses shall include the following information in this format: 1. Company name, address, POC name, phone number, fax number and email. 2. Contractor and Government Entity (CAGE) Code. 3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned.� 4. If the services can be solicited from a GSA schedule or SeaPort NXG contract vehicle, provide the applicable contract number. 5. Relevant past performance on same/similar work dating back five (5) years and your company�s capacity to perform the type of work. 6. Capability Statement: Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition as specified in the Draft Performance Work Statement.� Standard company brochures will not be reviewed.� Submissions are not to exceed five (5) standard typewritten pages in no less than 12 point font. All technical questions and inquiries maybe submitted within the response. Also, indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor.� A draft PWS, draft (Attachment 1) of the PWS is posted in this notice for your reference.��� 7. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If you are proposing to be the prime and are a large business, please indicate whether there are subcontracting opportunities available. Again, this is not a request for a proposal. Respondents will not be notified of the results and the U.S. Government is not required to answer any questions submitted in regards to this RFI. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any. Attachments: Attachment I �Draft PWS NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ef0a0d5de8b74920a01f14f29ce4042a/view)
 
Place of Performance
Address: Groton, CT 06349, USA
Zip Code: 06349
Country: USA
 
Record
SN05590604-F 20200318/200316230149 (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.