SOURCES SOUGHT
R -- Global Force Management /Joint Force Coordinator Support
- Notice Date
- 3/13/2024 12:57:50 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- H91269416087
- Response Due
- 3/20/2024 6:30:00 AM
- Archive Date
- 03/21/2024
- Point of Contact
- David Benham 2156979644 David Benham 2156979644, Phone: 2156979644
- E-Mail Address
-
david.m.benham@navy.mil
(david.m.benham@navy.mil)
- Description
- SOURCES SOUGHT NOTICE�� �This announcement constitutes a Sources Sought notice for market research information and planning purposes to identify the availability of potential sources capable of providing non-personal services to the Joint Staff J35S Deputy Directorate Regional Operations and Force Management. Non-personal operational and analytical services are required to support the J35S Global Force Management (GFM)/Joint Force Coordinator(JFC) mission and related support functions which include the execution of the Joint force analysis, sourcing, rotation and deployment as well as provide for operational management of related Joint Technology Development efforts and fiscal resource records management that specifically support the sourcing and resources of the JFC and GFM Operations Resource Informed Planning Processes.� Refer to the attached draft Performance Work Statement (PWS) file entitled, �GFM JFC PWS�, which details the necessities required by the Joint Staff J35S.�� This is a follow-on requirement to Task Order N0018921FZ238. The services require the contractor personnel to have a minimum SECRET security clearance and will be required to have access to North Atlantic Treaty Organization (NATO)� information, and information consider Controlled Unclassified Information (CUI). The results of this market research will contribute to determining the method of procurement for the follow-on acquisition.�� Award of the resultant contract is anticipated on or before 01 June 2024 with services scheduled to commence by 01 July 2024. The applicable NAICS code and size standard are 541990 (All Other Professional, Scientific, and Technical Services) and $17 Million, respectively. � � Prospective offerors possessing the requisite skills, resources and capabilities necessary to perform the stated requirements attached hereto are invited to respond to this market research survey/sources sought notice via the submission of a tailored executive summary, no more than three (3) pages in length. The submission should include the following information and should reference �Sources Sought for GFM JFC�� � 1. Company name; address; email address; web site address/URL; point of contact name; and phone number. Please also indicate if the identified prospective offeror would be performing in the capacity of a prime or subcontractor in support of the procurement. If significant subcontracting or teaming is anticipated in order to demonstrate and deliver technical capability, prospective offerors should address the administrative and management structure of such arrangements.� � 2. Contractor and Government Entity (CAGE) Codes for all prime and subcontractor prospective offerors. � � 3. Size of business for all prime and subcontractor prospective offerors - Large Business, Small Business, Small Disadvantaged Business, 8(a), Hubzone, Woman-owned, Veteran-Owned, Service Disabled Veteran-owned, etc.� � 4. A tailored capability statement displaying the prospective offeror�s ability to perform the Performance Work Statement (PWS) requirements attached herein in support of the Joint Staff J35S Deputy Directorate Regional Operations and Force Management, to include past performance information. When providing past performance information, please 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; contract period of performance; description of the relevant services provided to include a brief description of the services performed; and a customer point of contact with corresponding telephone number and e-mail address. If subcontractor past performance is provided in order to demonstrate technical capability, the prospective offeror should clearly detail what aspects the subcontractor is supporting. � � All submissions are required to be submitted via e-mail to david.m.benham.civ@us.navy.mil no later than 09:30 (local time/Philadelphia, PA) on Wednesday, 20�March 2024. Please direct any questions concerning this sources sought notice to David Benham via email.� � This announcement constitutes a sources sought notice for written information only and is not to be construed in any way as a commitment by the Government. This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement, nor will the Government pay for the information received in response to this announcement. Respondents will not be notified of the results. Please note the information contained within this sources sought notice will be updated and/or may change prior to issuance of an official Pre-Solicitation notice and subsequent solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a6ca8b60239947cf9271a8b350259ccc/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN06996087-F 20240315/240313230050 (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 |