Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2020 SAM #6897
SOURCES SOUGHT

W -- Japan IDIQ Sources Sought

Notice Date
10/15/2020 8:40:50 AM
 
Notice Type
Sources Sought
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
DCSO-P NEW CUMBERLAND NEW CUMBERLAND PA 17070-5059 USA
 
ZIP Code
17070-5059
 
Solicitation Number
SP7000-21-RFI-1001
 
Response Due
10/30/2020 12:00:00 PM
 
Archive Date
11/14/2020
 
Point of Contact
Tyler Bowman, Phone: 7177708137, Timothy Danowski, Phone: 7177708713
 
E-Mail Address
tyler.bowman@dla.mil, Timothy.Danowski@dla.mil
(tyler.bowman@dla.mil, Timothy.Danowski@dla.mil)
 
Description
DLA DCSO � P New Cumberland is issuing this sources sought notice in seeking vendors who are interested the Japan IDIQ requirement (please see Attachment 1 � Performance Work Statement (09-16-2020). The Government is also seeking industry comment on the attached Performance Work Statement (PWS). This requirement is similar in complexity and scope to SP7000-16-D-0002 & SP7000-17-D-0004. The estimated maximum program ceiling for the Japan IDIQ requirement is $37 Million with a 60-month ordering period. This sources sought notice is being submitted for market research purposes only. Additionally, this sources sought notice neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. Also, this sources sought notice shall not be construed as a commitment by the Government for any purpose. The Contractor shall provide all management, supervision, labor hours, training, equipment and supplies necessary to perform the requirement. The contractor shall ensure that each contract employee meets the education, experience, training, licensing, health, and age requirements stated by any and all federal and state regulations. The North American Industry Classification System Code (NAICS) is 532420 with a small business size standard of $35.0 Million and the Product and Service Code (PSC) is W074. In addition to seeking interested vendors in this requirement, the Government is also seeking vendor responses to the following areas of interest (note:� all interested vendors SHALL provide answers to the following questions when responding to this sources sought notice): Does the estimated ceiling of $37 Million restrict any small businesses from being able to participate in this requirement? The Government intends to consolidate the requirements of IDIQs SP7000-16-D-0002 & SP7000-17-D-0004. This is because the only difference between the requirements of these two IDIQs is that SP7000-16-D-0002 included Navy ONE-Net certified devices and SP7000-17-D-0004 did not include Navy ONE-Net certified devices.� If interested in any subsequent request for proposal posting will your business propose different devices for Navy ONE-Net certified devices than what would be proposed for non-Navy ONE-Net certified devices (ref:� PWS)? Does the magnitude of having to provide both Navy ONE-Net and non-Navy ONE-Net certified devices under a multiple award IDIQ contract restrict any small businesses from being able to participate in this requirement? PWS Paragraph IV(B)(1) � Options to Order Additional Quantities of Devices:� In-accordance-with FAR Clause 52.217-06 the Government intends to issue modifications to existing orders issued off any subsequent IDIQs for this proposed requirement. Are there any issues with the Government adding additional quantities of up to fifty percent (50%) up to the 48th month of the 60-month order? If so, what recommendations do vendors have for the percent (%) used and up to the month issued?� (for example, instead of up to 50% increase up to the 48th month a vendor instead requests up to 20% increase up to the 24th month of the 60-month order). PWS Paragraph V(E) � Online Training:� Do vendors have any issues, questions or suggestions for the Government�s online training requirement? All vendor questions and comments pertaining to this sources sought notice to include questions about the PWS shall be submitted on Attachment 2 � Question_Comment Form. Potential offerors are responsible for monitoring Beta.Sam.Gov�s Federal Business Opportunities (FBO) website for the possible release of the solicitation package. All interested vendors shall submit their response by 30 October 2020 and also include: Their business name, brief company history, point-of-contact, DUNS and NAICS numbers, type of business (i.e. small, large, 8(a), ect.), and contract magnitude for any current or previous contracts. Additionally, the Government will not reimburse any interested vendors for monies spent to provide a response to this sources sought notice. Any and ALL�questions regarding this notice should be directed to the following POCs via email only: Government Points of Contact Primary POC: ����������������������������������������������� Tyler Bowman����������������������������������������������������������� Contract Specialist���������������������������������������� Email:� Tyler.Bowman@dla.mil Secondary POC: Tim Danowski Contracting Officer Email: Tim.Danowski@dla.mil Tertiary POC: John Lingrel Lead Contracting Officer Email: John.Lingrel@dla.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/22e5462b5bf54107a12c02ac6afd2d5a/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN05829121-F 20201017/201015230141 (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.