SOURCES SOUGHT
D -- Telecom Services
- Notice Date
- 1/23/2024 4:54:05 AM
- Notice Type
- Sources Sought
- NAICS
- 517111
—
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N90210124HRTELECOM
- Response Due
- 1/26/2024 7:00:00 AM
- Archive Date
- 02/10/2024
- Point of Contact
- Brittany Simmons, Phone: 7574432104, Christopher Whiteside, Phone: 7574430780
- E-Mail Address
-
brittany.s.simmons3.civ@us.navy.mil, christopher.d.whiteside2.civ@us.navy.mil
(brittany.s.simmons3.civ@us.navy.mil, christopher.d.whiteside2.civ@us.navy.mil)
- Description
- Request for Information (RFI)/Sources Sought Notice:� This is a Request for Information (RFI)/Sources Sought Notice in accordance with Federal Acquisition Regulation (FAR) 52.215-3 � Request for Information or Solicitation for Planning Purposes (OCT 1997). It constitutes�neither a Request�for Proposal nor an Invitation for Bid. It does not restrict the Government to an ultimate acquisition approach. This RFI/Sources Sought Notice IS NOT A SOLICITATION or an expression of intent to issue a solicitation of any kind in the future.�It should not be construed as a commitment by the Government�for any purpose other than to gain the information requested. Interested parties are encouraged to respond to this RFI/Sources Sought Notice. The Government will not pay for information, materials, and/or demonstrations received in response and is in no way obligated to respondents by or for any information received.� � BACKGROUND, SCOPE, AND CAPABILITY REQUIREMENTS:� The Department of the Navy, Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT) requires Telephone and data communications services is provided to these command locations and their tenant commands by the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT), Base Communications Office (BCO). Please see attached draft Performance Work Statement for additional information. The anticipated contract type is a Firm Fixed Price (FFP). The anticipated period of performance is a twelve month base, two 12-month options, and FAR clause 52.217-8, Option to Extend Services, to continue services up to an additional six months. � The applicable North American Industry Classification System (NAICS) and Product and Service Codes (PSC) for this requirement are 517111, Wired Telecommunications Carriers, size standard 1500 people and PSC code DG11, IT And Telecom - Network: Satellite Communications And Telecom Access. Again, THIS IS NOT A REQUEST FOR QUOTE. This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses both small and large.�If you are an interested business, FLCN would appreciate your assistance in providing a Statement of Capabilities to include the following:� 1) Full business name 2) Cage code and Duns Number of business� 3) Name, phone number, and e-mail address of a company representative the Government may contact for additional information 4) Size of business [based on the applicable NAICS code] 5) Statement as to whether business is actively registered in the System for Award Management (www.beta.sam.gov)� 6) Statement as to whether business is domestically or foreign owned (if foreign owned, please indicate country of ownership)� 7) The offeror shall provide proof and verification that it possesses a current Secret facilities clearance level. The proof/verification shall be in the form of Defense Counterintelligence and Security Agency (DSS) verification certifying it possesses a current Secret Facilities Clearance. The submission shall include the following: CAGE code, Facility name, Physical location/facility, Clearance status/level, Status date/Issue date, Safeguarding level, Authorized access to, Facilities clearance level limitation(s), Facility security officer and phone number, and DSS field office location and phone number. The verification shall be dated within 30 days of the RFI closing date. 8) Recent and relevant experience.�Describe ability to support the scope of the requirement(s) of sections 3, 4, and 5 of the Performance Work Statement. Include brief description(s) of any prior experiences that best illustrates your company�s qualifications related to performing the services in accordance with the PWS. � SUBMISSION: RESPONSES ARE DUE no later than 10:00 AM Norfolk, VA. Local Time on 26 January 2024.� � Responses�shall be submitted�electronically via email to the following address: christopher.d.whiteside2.civ@us.navy.mil and brittany.s.simmons3.civ@us.navy.mil. Responses are limited to 6 pages.� � All requests for further information�must be made�in writing via email. Telephone requests for additional information�will not be honored. All questions and answers regarding this RFI/Sources Sought Notice�will be posted�as updates to this notice.� � Disclaimer:� This is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. The Navy will not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee cost in response to this notice�is not considered�an allowable direct charge to the Government.�� � Any questions regarding this RFI/Sources Sought Notice�should be directed�to Christopher Whiteside at christopher.d.whiteside2.civ@us.navy.mil and Samantha Miller at samantha.a.miller77.civ@us.navy.mil.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/336d24f422484439bbdbde364bc1c54f/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN06943043-F 20240125/240123230041 (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 |