SOURCES SOUGHT
75 -- Other Services Related to Advertising
- Notice Date
- 11/7/2023 12:01:36 PM
- Notice Type
- Sources Sought
- NAICS
- 541890
— Other Services Related to Advertising
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018924RZ011
- Response Due
- 11/20/2023 8:00:00 PM
- Archive Date
- 12/21/2023
- Point of Contact
- Ellen Wright 2156979612 ellen.s.wright.civ@us.navy.mil
- E-Mail Address
-
ellen.wright@navy.mil
(ellen.wright@navy.mil)
- Description
- This is a SOURCES SOUCHT NOTICE, pursuant to FAR Part 10 (Market Research) conducted for market research purposes only. This notice is NOT a pre-solicitation notice, nor is it a solicitation for proposals/quotations. This synopsis does not constitute a request for a proposal/quotation, nor does it is issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will neither award a contractor solely on the basis of this notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Any information provided by the Government at this time is preliminary and may be updated or changed prior to release of a formal solicitation. The purpose of this Source Sought Notice is to identify potential sources and their capabilities to provide the following: The Commander, Navy Recruiting Command (CNRC) requires a contractor to furnish and deliver customized promotional materials, including the shipment and delivery of all times as specified on the individual delivery orders as directed by NRC. Please see attached draft Statement of Work (SOW) and Requirements List for the Navy Promotional Recruiting Materials (NPRM) for further details. The contracting office issuing this sources sought notice is the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, Pentagon Directorate in Philadelphia, PA. The potential contract is subject to the Berry Amendment. The Department of Defense is prohibited by the provisions of the Berry Amendment from procuring items of clothing that have not been grown or produced in the United States or its possessions. A Firm-Fixed-Price, Indefinite-Delivery/Indefinite-Quantity (FFP/IDIQ) type contract is anticipated for a three-year ordering period, inclusive of options, is anticipated to satisfy this requirement. The resultant contract is anticipated to include a twelve-month base period, plus two (2) option years. In addition, the delivery date of the ordered items would be established in Delivery Orders issued under the expected contract, with specific delivery timeframes established at the IDIQ contract level. The North American Industrial Classification System (NAICS) code for this acquisition is 541890 - Other Services Related to Advertising. Firms possessing the ability to furnish and deliver the requisite promotional items necessary to satisfy the stated requirement products as a prime contractor are invited to respond to this notice via the submission and executive summary. Submissions are not to exceed six (6) typewritten pages in no less than 10 point font size (Adobe or Microsoft Word formats). All comments/ideas will be considered, although any questions/comments/ideas will not be responded to directly. The goal of such feedback is to determine the following: a) the capabilities and potential impediments/limitations of successfully acquiring the required items in the commercial marketplace; b) potential pricing levels and quantity discounts available in the marketplace for the required items; c) sourcing limitations related to the Buy American Act, Trade Agreements Act, Berry Amendment, etc.; d) delivery timeframes; e) if a small business concern would be able to perform as a prime contractor; and f) if any other sources would be able to perform as a prime contractor. Any party responding to the notice should include in their submission the following information and should reference the notice number (i.e., N0018924RZ011): 1. Company name, address, and point of contact with corresponding phone number and e-mail address. 2. UEID Number, CAGE Code, business size and classification under NAICS Code 541890. 3. Capability statement displaying the contractor�s ability to provide ALL the required promotional products and delivery services described in the attached Statement of Work for the Navy Promotional Recruiting Materials (NPRM) as well as the Requirements List. The capability statement is to include past performance information if available for the submitting company. If past performance information is provided, include only relevant past performance on the same/similar work within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; capacity performed (Prime and Sub); contract period of performance; description of the relevant products and delivery schedules/timeframes provided AND the relevancy of the products and delivery services to the requirement; and a customer point of contact with corresponding telephone number and e-mail address (up to three references). Relevant past performance is past performance of the same or similar scope and magnitude to the described requirement. 4. If available, provide pricing information for the items listed in the Requirements List for market research purposes, including any information related to potential quantity discounts that could be made available. 5. Provide projected delivery timeframes for the delivery of products either for individual products or for groupings - e.g., textile items versus non-textile items. 6. Provide documentation supporting the firm�s ability to provide textile products that comply with the Berry Amendment. The Berry Amendment is a statutory requirement that restricts the Department of Defense (DoD) from using funds appropriated or otherwise available to DoD for procurement of food, clothing, fabrics, fibers, yarns, other made-up textiles, and hand or measuring tools that are not grown, reprocessed, reused, or produces in the United States. 7. Provide documentation related to the firm�s ability to source and provide the required products or component parts. Location information related to the place of manufacture that the products comply with the Buy American Act (BAA) and/or the Trade Agreement Act (TAA), which set limitations on the provision of products and parts that are not domestically sourced within the United States and/or TAA designated country end products. 9. Provide information related to the practices of firms engaged in producing, distributing, and supporting the required products - such as type of contract, terms for warranties, buyer financing, maintenance and packaging, marking, or other commercial practices relevant. 10. Identify and discuss risks associated with the Government�s SOW or encountered in the commercial marketplace with regard to the provision of promotional items in general - e.g., if certain products or parts are difficult to obtain. 11. Provide any other information the vendor feels pertinent to the requirement or to the firm�s ability to provide the required products. Standard brochures and/or paraphrasing of this notice will not be considered sufficient to demonstrate the capabilities of an interested party. The Government requests that interested parties respond to this notice if applicable. The Government will use information received to determine the best acquisition strategy for this procurement. Date submitted in response to this notice will not be returned. All submissions are required to be submitted in writing via e-mail to Contract Specialist Ellen Wright at ellen.s.wright.civ@us.navy.mil no later than 12:00 PM (noon local time/Philadelphia, PA) on 21 November 2023. All questions or submissions in response to this notice shall be in writing and directed to the Contract Specialist.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/77629dfdb5ff4c95ae5f0b02cfe960d9/view)
- Record
- SN06878928-F 20231109/231107230136 (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 |