Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SPECIAL NOTICE

R -- Technical Support Services - N00253_2019_TSS_Draft PWS

Notice Date
9/13/2018
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Keyport Division, 610 Dowell Street, Keyport, Washington, 98345-7610, United States
 
ZIP Code
98345-7610
 
Solicitation Number
N00253_2019_TSS
 
Archive Date
10/16/2018
 
Point of Contact
Kathleen R. Harrigan, Phone: 3603153429
 
E-Mail Address
kathleen.harrigan@navy.mil
(kathleen.harrigan@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Partial, draft copy of TSS Performance Work Statement THIS IS A REQUEST FOR INFORMATION ONLY. This notice is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP), or a promise to issue an RFP in the future, and no unsolicited proposal will be accepted in response to this notice. This notice does not commit the Government to contract for any supply or service. The Government will not pay for any information or administrative costs incurred in responding to this notice. Submittals will not be returned. Not responding to this notice does not preclude participation in any future RFP, if issued. If a solicitation is released, it is anticipated to be in Seaport NxG. If Seaport NxG is not available in time to support the solicitation schedule and a solicitation is released outside of Seaport, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor these sites for additional information pertaining to this requirement. The anticipated NAICS code is 541512, Computer Systems Design Services, with a size standard of $27.5 Million. It is anticipated that any RFP issued would be set aside for Small Business concerns. The Naval Undersea Warfare Center (NUWC) Division, Keyport desires to procure Technical Support Services. This includes both Software Engineering services such as Application Software Programming, Embedded Software Programming, Automated Test Software Programming, Test System Software Programming, Software Test Engineering, Database Administration, System Administration, User Interface Design, and Cyber Security/Cyber Operations Engineering; as well as IT Infrastructure services such as Network Technical Support, Corporate VoIP Operation and Support, Computer User Support, Video Teleconference Support, Hardware/Software Management, Enterprise IT Support, and Telecommunications and IT Configuration Management. A partial, draft copy of the Performance Work Statement (PWS) is attached that briefly describes the services. In order for NUWC to accurately determine the most appropriate means of procuring these services, industry input is requested. Your responses to the following questions, and provision of any other information you feel would be valuable and beneficial, will aid in NUWC making a determination as to the procurement approach that will maximize competition, while still fulfilling the requirement in the most effective way possible. Ultimately, NUWC is trying to determine whether these services should be solicited together, or if Software Engineering services should be separate from the IT Infrastructure services. Question #1: Is your firm capable of performing all tasks detailed in the Draft PWS? Question #2: If your answer to question #1 is NO, please explain which tasks you cannot perform. Question #3: If your answer to question #1 is NO, would you submit an offer that included more subcontracted work, or would it prevent you from submitting an offer? Question #4: Is your method of staffing, training, and retaining qualified personnel for Software Engineering positions different from IT Infrastructure positions? If so, what is the difference? Question #5: If this requirement was solicited as two requirements, one for Software Engineering Support and one for IT Infrastructure Support, would your firm submit a proposal on both requirements? Question #6: If the answer to Question #5 is NO, why not? Question #7: If the answer to Question #5 is YES, would the combined prices offered for each of the two separate solicitations likely be greater than the price offered in response to a single solicitation? If so, please briefly explain how soliciting as two separate requirements might impact how you would calculate your proposed prices. In response to this notice, please provide: 1. Name of firm, point of contact, phone number, email address, DUNS number, and CAGE code. 2. Small business status as certified in the System for Award Management (SAM) for NAICS 541512, including small business type(s)/certification(s) such as SDB, 8(a), HUBZone, SDVOSB, EDWOSB, WOSB. 3. Current Seaport-e MAC number, if applicable, and Seaport-e small business status, if different from above. 4. Interest in competing for this requirement on a prime contractor basis. 5. Current Facility Security Clearance level, if applicable, or status on clearance application process. Note that performance is anticipated to require a Top Secret Facility Security Clearance. •2. Please provide written responses, via email, to kathleen.harrigan@navy.mil. Telephone responses will not be accepted. Responses are due not later than 1:00 pm Pacific time on 1 October 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00253/N00253_2019_TSS/listing.html)
 
Place of Performance
Address: Primary place of performance is NUWC Division, Keyport, Keyport, Washington, 98345, United States
Zip Code: 98345
 
Record
SN05087976-W 20180915/180913231331-de531e91439449b45451ea3c620dbd77 (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  © 1994-2020, Loren Data Corp.