Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2020 SAM #6854
SOURCES SOUGHT

D -- Python IT Maintenance and Support Services

Notice Date
9/2/2020 9:08:46 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N0024420Q0196
 
Response Due
9/7/2020 12:00:00 AM
 
Archive Date
09/22/2020
 
Point of Contact
Damon Griffin: damon.r.griffin@navy.mil
 
E-Mail Address
damon.r.griffin@navy.mil
(damon.r.griffin@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE 28 August 2020 The Fleet Logistics Center, San Diego (FLC-SD) is conducting a market survey to determine the interest and capability of industry to participate in a competitive acquisition of non-personal services in support of NAVAL POSTGRADUATE SCHOOL (NPS). Services shall be required at NPS in Monterey, California. The primary North American Industry Classification System (NAICS) code for this procurement is 541511, Custom Computer Programming Services, with a size standard of $30.0M. The requirement is currently filled under Contract N00244-18-C-0005 awarded to Edatatech, Inc. in the amount of $2,204,788.30 for 31 months. The contract term will be a base period of 12-months with a potential of four 12-months option periods, if exercised. The anticipated award date is 30 November 2020. It is anticipated that the Request for Proposal (RFP) will be posted in October 2020. The resulting Task Order is anticipated to be Firm Fixed Price (FFP). Disclaimer: This is a SOURCES SOUGHT announcement. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Any information submitted by respondents to this technical description is strictly voluntary. The results of the Sources Sought will be utilized to determine if small businesses exist and also to gauge competitiveness in the marketplace for the upcoming solicitation. All small business set-aside categories will be considered. See attached draft Performance Work Statement (PWS). Respondents must indicate all small business designations. Interested business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response. Based upon small business responses received, consideration will be given whether the acquisition will be set aside for small business competition. PROJECT INFORMATION: See attached draft PWS. NOTE: No other information other than the PWS will be provided to potential respondents of this sources sought. SUBMISSION REQUIREMENTS: Interested contractors are to submit the following information: company name, address, point of contact, telephone number, e-mail address; DUNS, confirmation of current small business status under NAICS code 541511 and information regarding prior/current corporate (past performance) experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, hours/dollars incurred to date, Government point of contact with current telephone number and email address, and brief description of how the referenced contract relates to the services described herein. Interested firms should submit a response which furnishes information of their qualifications, and technical approach and capacity to perform the requirements of the PWS. Additionally, firms shall include a statement that they either have or do not have an adequate accounting system, and the date when the accounting system was determined adequate by DCAA, as required in FAR 16.301-(a)(3) for cost reimbursement contracts. This document shall be in the format of Times New Roman in font size 12 and should not exceed ten one-sided, 8� X 11� pages in Microsoft Word or PDF format. Submissions must be received via email to the Contract Negotiator at damon.r.griffin@navy.mil no later than 10:00 AM Pacific Standard Time on 7 September 2020. All questions related to the Sources Sought must be submitted via the question and answer feature of the NECO portal. Other methods of submitting questions are not authorized and will not be acknowledged or addressed. As such, interested contractors shall not email the Contract Negotiator or Contracting Officer questions directly via email. Questions submitted two business days before the posted closing date may not allow for ample time to respond, and interested contractors cannot be guaranteed a response will be issued. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Personal visits for the purpose of discussing this announcement will not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0f2a5e5ac891464b90a31fc781333e75/view)
 
Record
SN05785130-F 20200904/200902230147 (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.