Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2016 FBO #5258
DOCUMENT

B -- U.S. Fleet Forces Command (USFFC)Fleet Experimentation (FLEX) services. - Attachment

Notice Date
4/14/2016
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018916R0056
 
Response Due
4/26/2016
 
Archive Date
5/11/2016
 
Point of Contact
Kate Petti, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice Department of Navy Naval Supply Systems Command (NAVSUP) U.S. Fleet Forces Command (USFFC) Fleet Experimentation (FLEX) This is a 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 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 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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN) is requesting information to identify possible sources to provide planning, design, execution, analysis and assessment, and reporting/product delivery support for operational experimentation in Navy, joint, multi-service, and/or Allied environments. A śDRAFT ť Performance Work Statement (PWS) is posted in conjunction with this Sources Sought Notice. The anticipated period of performance for each of the above-mentioned, separate requirements is a base period of one year with four (4) one-year option periods. Anticipated NAICS Code The NAICS Code for this requirement is 541990 “ All Other Professional, Scientific and Technical Services and the Size Standard is $15.0 million. The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement. If it is determined to be in the best interest of the Government to utilize Seaport-E, then the applicable NAICS code and size standard will be 541330 “ Engineering Services and $15.0 million. Respondents should provide their business size in both potential NAICS. Again, THIS IS NOT A REQUEST FOR PROPOSAL. 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)If the services can be solicited from a GSA schedule, please provide the following information: a.GSA Contract number; b.Contract period of performance (PoP) to include all options; c.List of labor categories applicable to contract; and d.If a Contract Teaming Arrangement (CTA) is required, please indicate the Company Name, Contract Number, PoP, and list of labor categories for all team members. 5)If the services can be solicited from SeaPort, please provide the following information: a.SeaPort Contract number; b.Contract period of performance (PoP) to include all options; c.List of labor categories applicable to contract; and d.If a Contract Teaming Arrangement (CTA) is required, please indicate the Company Name, Contract Number, PoP, and list of labor categories for all team members. 6)Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Service Disabled Veteran-owned; 7)Statement as to whether business is actively registered in the System for Award Management (www.sam.gov); 8)Statement as to whether business is domestically or foreign owned (if foreign owned, please indicate country of ownership); 9)Capability statement displaying the contractor ™s ability to provide the services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last five (5) years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. 10)Include any other supporting documentation; 11)Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project; 12)Any Comments or suggested changes to the Government ™s NAICS code determination; 13)Teaming and/or subcontracting arrangements (to include any foreign companies); 14)Prospective small business utilization percentages (if the acquisition is not set- aside for small business); and, 15)Compliance with FAR 52.219-14 “ Limitations on Subcontracting.* *Market research results will assist the Government in determining whether these requirements will be full and open acquisitions or small business set-asides. If a requirement is determined to be a small business set-aside, FAR 52.219-14, Limitations on Subcontracting will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they could comply. Potential sources are encouraged to submit recommended small business utilization requirements as a percentage of total contract value for consideration, in the event the acquisition is not set-aside for small business. If there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage. SUBMISSION: RESPONSES ARE DUE no later than 2:30 PM Norfolk, VA Local Time on Tuesday, 26 April 2016. Responses shall be submitted electronically via email to the following address: kate.petti@navy.mil. Responses are limited to 15 pages (including all attachments). The Subject of the Email should read: Sources Sought for USFFC FLEX (Insert Company Name Here). 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 Sources Sought Notice will be posted as updates to this notice. Note: This notice is also posted on GSA e-Buy. Reference number: RFQ1082286 ( śRequest for Information “ USFFC Fleet Experimentation ť) PRE-SOLICITATION CONFERENCE: A Pre-Solicitation Conference will be scheduled to be held for any interested vendors to attend. THIS IS NOT A MANDATORY EVENT. For those vendors interested in attending a Pre-Solicitation Conference please email Kate Petti at kate.petti@navy.mil. More details regarding the Pre-Solicitation Conference will be provided at a later date. The anticipated date for the Conference is early May 2016. NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any. Any questions regarding this Sources Sought Notice or Pre-Solicitation Conference should be directed to Kate Petti at kate.petti@navy.mil. ATTACHMENTS: Attachment I: Sources Sought Notice Attachment II: Draft PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018916R0056/listing.html)
 
Document(s)
Attachment
 
File Name: N0018916R0056_Attachment_I_Sources_Sought_Notice.pdf (https://www.neco.navy.mil/synopsis_file/N0018916R0056_Attachment_I_Sources_Sought_Notice.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0018916R0056_Attachment_I_Sources_Sought_Notice.pdf

 
File Name: N0018916R0056_Attachment_II_Draft_PWS.pdf (https://www.neco.navy.mil/synopsis_file/N0018916R0056_Attachment_II_Draft_PWS.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0018916R0056_Attachment_II_Draft_PWS.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04084893-W 20160416/160414235121-20252f2315728ff103a50a5e1389b3be (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.