Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

M -- M--NCTAMS PAC NRTF COMMUNICATION, ELECTRONIC and COMPUTER SYSTEMS OPERATIONS AND MAINTENANCE

Notice Date
7/6/2020 4:27:43 PM
 
Notice Type
Presolicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060420R4003
 
Response Due
7/10/2020 1:00:00 PM
 
Archive Date
07/10/2020
 
Point of Contact
JIMMIE TOLOUMU, Phone: 8084737906
 
E-Mail Address
JIMMIE.TOLOUMU@NAVY.MIL
(JIMMIE.TOLOUMU@NAVY.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*** See Amendment 1 attached for changes to this synopsis*** NCTAMS NRTF, DIXON CALIFORNIA � The NAVSUP Fleet Logistics Center Pearl Harbor (FLCPH) Regional Contracting Department intends to issue a Request for Proposal (RFP) for the Operation and Maintenance of Naval Radio Transmitter Facility (NRTF) in Dixon, California, operating under Naval Computer and Telecommunications Area Master Station Pacific (NCTAMS PAC). The requirement is for the operation and maintenance of transmitters, communications-electronic equipment, antennas, and ancillary equipment. The requirement also includes grounds maintenance, physical security and Information Technology (IT) Network support.� The requirement is to be procured under Product Service Code (PSC) M1BG � Operation of Electronic and Communication Facilities, and North American Industry Classification System (NAICS) 517919 � All Other Telecommunication, with a size standard of $35 million. The services are currently being performed under contract N0060416C3000 by Delta Solutions and Strategies, LLC and the anticipated required security clearance is Secret. The Government intends to award a firm fixed price noncommercial services contract as a 100% total small business set-aside in accordance with Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation procedures. The selection process will be conducted in accordance with FAR Part 15.101-1 and the Department of Defense Source Selection Procedures; offerors will be evaluated through the tradeoff source selection process. The anticipated contract duration consists of a twelve (12) month base period (including one (1) month phase in period, and eleven (11) months full performance) and four (4) twelve (12) month option periods. In addition, a six (6) month extension under FAR 52.217-8, Option to Extend Services will be included. The RFP is anticipated to be issued on or about�10 July 2020.� The RFP closing date and time will be specified in the RFP and will be no less than thirty (30) days after the issuance of the RFP package. The date, time, location, and requirements for any pre?proposal conferences and site visits will be specified in the RFP and conducted during the RFP period. The site visits are projected to occur within two (2) to three (3) weeks of the issuance of the RFP. The RFP, its attachments and any amendments will be posted to Contract Opportunities on beta SAM (beta.sam.gov). All responsible sources may submit a proposal in response to the forthcoming RFP, which will be considered by this office. Instructions for proposal submission will be outlined in the forthcoming RFP. Offerors must be registered in the System for Award Management (SAM) database at https://www.sam.gov or beta.sam.gov at the time of proposal submission. It is the sole responsibility of the offeror to monitor the beta SAM website for updates. Offerors wishing to submit an offer are responsible for downloading their own copy of the RFP and to monitor the site for any amendments to the RFP. An offeror�s list will not be maintained by this office. Requests for the RFP made via telephone, facsimile, e-mail, or mail will not be honored. Any questions in regards to this synopsis must be submitted in writing via e?mail to jimmie.toloumu@navy.mil. Any changes to this synopsis will be posted to beta SAM.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5837284058bf4529b0ea7b37eb772a17/view)
 
Place of Performance
Address: Dixon, CA, USA
Country: USA
 
Record
SN05711899-F 20200708/200706230147 (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  © 1994-2020, Loren Data Corp.