Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2024 SAM #8117
SOURCES SOUGHT

66 -- United States Naval Observatory USNO Nonlinear Optical Components

Notice Date
2/15/2024 11:58:06 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018924Q0150
 
Response Due
2/22/2024 8:00:00 AM
 
Archive Date
03/08/2024
 
Point of Contact
Jordan Walton
 
E-Mail Address
jordan.l.walton.civ@us.navy.mil
(jordan.l.walton.civ@us.navy.mil)
 
Description
Subject to FAR Clause 52.215-3, entitled �Solicitation of Information of Planning Purposes,� this announcement constitutes a Sources Sought for information and planning purposes for qualified and experienced sources to provide nonlinear optical components to the United States Naval Observatory (USNO). This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government plans to procure these supplies as a Commercial Item as defined in FAR 2.101. Delivery Date: The supplies will be delivered as soon as possible from award, up to four (4) months. � NAICS Code: The NAICS code applicable to this procurement is 541715 - Research and Development in the Physical, Engineering, and Life Sciences. The current size standard is 1,000 employees. The proposed procurement is a single award, Firm Fixed Price type contract. Reponses to this Sources Sought request shall be submitted electronically to Jordan Walton at jordan.l.walton.civ@us.navy.mil by 11:00 AM EST on 22 February 2024. Responses shall include the following information in this format: Company name, address, POC name, phone number, fax number and email. Contractor and Government Entity (CAGE Code) and Dunn and Bradstreet Number. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. If the services can be solicited from a GSA or SeaPort-e contract vehicle, provide the applicable contract number. Capability statement addressing the following items: Contractor's ability to provide the required services referenced above. Contractor's experience (identified by contract number) and strategy to provide the required services, especially for Government and corporate entities of similar size and scope. Contractors should include their anticipated teaming/partnering/subcontracting arrangements along with corporate information such as company name, address, and point of contact name, phone number, email address, and business size. Contractors Security Clearance Level Documentation of technical expertise and experience and strategy must be presented in sufficient detail for the U.S. Government to determine that your company possesses the necessary capability, expertise, and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) standard typewritten pages. All technical questions and inquiries maybe submitted within the response. Responses must be in English. Again, this is not a request for a proposal. Respondents will not be notified of the results and the U.S Government is not required to answer any questions submitted regarding this RFI. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any. Please see the Draft Performance Work Statement for additional details.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/97cd65f63ece4c87b753a2b2e8c810b1/view)
 
Place of Performance
Address: Washington, DC 20392, USA
Zip Code: 20392
Country: USA
 
Record
SN06968372-F 20240217/240215230100 (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.