SOURCES SOUGHT
76 -- Interactive Digital Mapping Services Need by: 8/1/20
- Notice Date
- 6/4/2020 1:31:10 PM
- Notice Type
- Sources Sought
- NAICS
- 541430
— Graphic Design Services
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25020Q0720
- Response Due
- 6/10/2020 1:00:00 PM
- Archive Date
- 07/10/2020
- Point of Contact
- Dionna.JonesBanks@va.gov, Dionna Jones-Banks, Contracting Specialist, Phone: 9372686511 ext 3938
- E-Mail Address
-
Dionna.JonesBanks@va.gov
(Dionna.JonesBanks@va.gov)
- Awardee
- null
- Description
- Page 2 of 2 THIS IS NOT A SOLICITATION. This is a Sources Sought Notice only and is issued in accordance with Federal Acquisition Regulation (FAR) 10 Market Research, to conduct market research. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This Sources Sought Notice is issued solely for information and planning purposes and does not constitute a solicitation or guarantee to issue a solicitation in the future. This Sources Sought Notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in develo). A.9-Please note that this RFP contains a Section B, ""Supplies or Services and Prices/Costs""; however, Offerors are required to complete and submit the Cost/Price Matrix identified as Attachment 0005. A.10-The Government intends to conduct a Post Award Conference with the awardee following Task Order award. A.11-This RFP should not be discussed with any Government employee except the Procuring Contracting Officer (PCO), Samuel J. Bennett or Contract Specialist, Angie Scriven, who may be contacted at usarmy.RIA.acc.mbx.eagle@mail.mil. A.12-This RFP and any amendments to this RFP shall be issued electronically. Because of this, the Government is under no obligation to maintain an Offerors mailing list. Any EAGLE BOA holders interested in this requirement must periodically access the beta.SAM.GOV at https://www.beta.sam.gov to obtain the RFP and any amendments that may be issued.��Failure to provide proposals in accordance with the instructions/format specified in this RFP shall render the Offerors proposal non-compliant. The proposal will not be evaluated and will not be further considered for award. A.13-The Government is not obligated to provide responses to any questions submitted by Offerors, but will consider them and incorporate changes into the RFP as deemed necessary. A.14-The closing date and time for this RFP is identified on page 1 of this RFP, the Local Time is Central Time. All proposal documents are due at the time set forth in this RFP. A . 1 5 -�Proposals�shall be submitted electronically to �""mailto:angela.l.scriven2.civ@mail.mil "" and ""mailto:samuel.j.bennett20.civ@mail.mil "" . Due to file size restrictions, Proposals may be submitted through Department of Defense (DoD) Secure Access File Exchange (SAFE), http://safe.apps.mil/ . Non-CAC users will have to request a drop-off request from the Contract Specialist or Contracting Officer. Please visit the website for more details and instructions for its use. Cloud Services and third party drop boxes are not acceptable for proposal submission. Emailed proposals shall state the following in the subject line: Proposal for solicitation number (W52P1J-19-R-0081) Add company name. It is highly recommended that the Offeror request a Return Receipt or other form of acknowledgement to verify that the proposal submission was received prior to the closing of the RFP. A.16-The Government will compare the Offeror's proposal to Section L in order to perform a compliance review. Failure to provide proposals in accordance with the instructions/format specified in this RFP shall render the Offerors proposal non-compliant. The proposal will not be evaluated and will not be further considered for award. The Government reserves the right to waive the Strict Compliance Review if it is in the Government's best interest. A.17-PLEASE BE SURE TO REVIEW ALL DOCUMENTS AGAIN AS SOME HAVE CHANGED FROM WHEN THE DRAFT RFP WAS ISSUED. A.18-The Army Sustainment Command (ASC) may employ the services of a support contractor to assist in the management and oversight of ASC contracts. The contracted support provided by a support contractor is technical in nature, and in no way supplants the Governments exclusive responsibility for the decision making regarding contract management and oversight. The contract with ASCs support contractor prohibits the unauthorized use or disclosure of any of the information and data associated with ASC contracts in support of management and oversight responsibilities. In the event ASC determines it will use a support contractor for management and oversight assistance, awardees shall work with the Contracting Officer and support contractor to establish appropriate agreements and proper protections (see FAR 9.505-4(b)) allowing permission for the support contractor to have necessary access to information and data to assist ASC in its management and oversight for any associated contracts. A.19-Organizational conflict of interest (OCI) means a situation in which- (1) A Government contract requires a contractor to exercise judgment to assist the Government in a matter (such as in drafting specifications or assessing another contractor's proposal or performance) and the contractor or its affiliates have financial or other interests at stake in the matter, so that a reasonable person might have concern that when performing work under the contract, the contractor may be improperly influenced by its own interests rather than the best interests of the Government; or (2) A contractor could have an unfair competitive advantage in an acquisition as a result of having performed work on a Government contract, under circumstances such as those described in paragraph (1) of this definition that put the contractor in a position to influence the acquisition. (3) If the Contractor identifies an OCI, the Contractor shall make a prompt and full disclosure in writing to the Procuring Contracting Officer (PCO). OCI that arise during performance of the contract, as well as newly discovered conflicts that existed before contract award, shall be disclosed. A.20-Notice of Organizational Conflicts of Interest (OCI): ASCs support contractor, and any affiliates, subsidiaries, or subcontractors are precluded from offering a proposal as either a prime or a subcontractor, or from participating as a member of any team competing for this contract and/or any other resultant contracts stemming from this RFP. The Government reserves the right to reject any offer it considers to represent an OCI. Offerors are directed to FAR 9.5 for further information on OCIs for detailed OCI contract restrictions/requirements. A.21-This is a Requirements Contract IAW FAR 52.216-21 for the services specified in the PWS and workload data, and effective for the period of performance identified in Paragraph A.4. A.22-The Estimated Total Contract Value (ETCV) is TBD (at award). The ETCV amount is NOT a ceiling price, but rather an ESTIMATE of the total five (5) ""and a half"" years of performance under this contract. A.23-If an Amendment is deemed necessary for this RFP, the Amendment notice will be posted electronically to beta.SAM.GOV (as stated in A.13). Please be advised that when an Amendment is posted to beta.SAM.GOV, it will be listed on the bottom of the RFP notice.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/79af157938444ac88b2b57aa4478c3b8/view)
- Place of Performance
- Address: Dayton VA Medical Center 4100 West Third Street (Building 330) Dayton, Ohio 45428
- Zip Code: 45428
- Zip Code: 45428
- Record
- SN05681237-F 20200606/200604230159 (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 |