Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2025 SAM #8573
SOURCES SOUGHT

R -- Admiral Gooding Center Events and Information Technology Support Services

Notice Date
5/15/2025 12:27:34 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
ADMIRALGOODINGCENTER
 
Response Due
5/21/2025 9:00:00 AM
 
Archive Date
06/05/2025
 
Point of Contact
Tierra Watson, Phone: 7574431395
 
E-Mail Address
tierra.k.watson.civ@us.navy.mil
(tierra.k.watson.civ@us.navy.mil)
 
Description
Request for Information (RFI) / Sources Sought Notice Pursuant to FAR clause 52.215-3 entitled �Request for Information or Solicitation for Planning Purposes,� this announcement constitutes a Sources Sought Notice for information and planning purposes for qualified and experienced sources to provide technical and event administration support services for the Naval District Washington (NDW)/Naval Support Activity Washington (NSAW) Admiral Gooding Center (AGC). 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 for any purpose other than to gain the information requested, nor will the Government pay for the information submitted in response. Interested parties are encouraged to respond to this RFI/Sources Sought Notice. Scope AGC requires qualified and experienced sources to provide event and information technology (IT) support services for event operations, development of an interchangeable (flexible) workspace, audio-video (AV) and telecommunications, information technology administration, facility support services, and logistics management. A DRAFT Performance Work Statement is provided containing further details. Any potential contract(s) resulting from this RFI/Sources Sought Notice is anticipated to be a firm-fixed-price (FFP) type contract. Place of Performance (Site Locations) Work is performed primarily at the Admiral Gooding Center (AGC), 1244 Patterson Avenue, South East, Washington Navy Yard (WNY), Building 22, Washington, D.C; however, work can be performed at other locations within the NSAW footprint. NAICS Code The NAICS code for this requirement is anticipated to be 541330, Engineering Services, with a size standard of $25.5 million. The product service code (PSC) is R425, Engineering and Technical Services. Period of Performance Performance is estimated to commence around 01 August 2025. The period of performance is anticipated to consist of a 12 month base period plus four (4) option years thereafter and may include FAR clause 52.217-8, Option to Extend Services, to provide for an additional six months of performance. Capabilities Statement This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses. If you are an interested business, NAVSUP FLC Norfolk appreciates your assistance in providing a capabilities statement addressing all the items below. Please limit your responses to the information being requested only. Standard company brochures will not be reviewed. Any technical questions and inquiries may be submitted within the response. 1. Full business name, address, point of contact, telephone number, and e-mail address 2. Contractor and Government Entity (CAGE) code 3. Size of business: Large Business, Small Business, Small Disadvantaged, 8(a), HUBZone, Woman-owned, Service Disabled Veteran-Owned, or other category 4. If the items can be obtained from an existing Government contract vehicle, to include GSA or SeaPort NxG, provide the applicable contract number. 5. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large business subcontractor will be used. 6. The Government is determining the acquisition strategy for this potential acquisition. If any potential acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, 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 clause 52.219-14. If the Government determines 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 clause 52.219-14 will be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide the anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. 7. Please address the following questions in your response. Documentation of technical expertise and qualifications must be presented in sufficient detail for the Government to determine that your company possesses the necessary capabilities contained in this notice. 7.a. Describe your ability to support the scope of the requirement listed in this notice and in the provided draft PWS. Please provide a brief statement clearly identifying your company�s understanding of the PWS. 7.b. How will you approach this requirement? Please describe the tools, methodologies, and personnel you will deploy to accomplish the Navy�s objectives. 7.c. Describe how you will employ and retain technically qualified personnel to perform the work specified in the draft PWS? 7.d. Please provide input into the labor categories or specialties that may be appropriate for this effort. 7.e. This effort requires DSS approved Facility Clearance. Contractor shall be able to provide proof/verification that it possesses a current Secret Facilities clearance at time of proposal submission as identified in the PWS. The proof/verification shall be in the form of Defense Security Service verification obtained within 30 days prior to close of solicitation and shall include the following: Cage Code, Facility Name, Physical Location, Facility Clearance Status/Level, Status Date/Issue Date, Safeguarding Level, Authorized Access To, FCL Limitation, Facility Security Officer, Facility Security Officer Phone Number, DSS Field Office, and DSS Field Office Phone Number. Please state your ability to comply with this requirement. 7.f. If applicable, please provide a brief description of contracts performing work of similar size, scope, complexity, and magnitude. Include your company�s role (e.g., prime, subcontractor, or teaming arrangement), along with cost, duration, and contract number, and describe the test support methodology, successes and lessons learned, and any other relevant information deemed applicable. Submission Responses should be limited to no more than ten standard typewritten pages in no less than 12-point font. Standard company brochures will not be reviewed. Reponses should reference AGC and shall be submitted by e-mail to Tierra Watson at tierra.k.watson.civ@us.navy.mil by 12:00 p.m. Eastern time on 21 May 2025. Again, this is not a request for proposals. Respondents will not be notified of any results. Please note that the information within this RFI/Sources Sought Notice may be updated and/or may change prior to an official solicitation, if any, is issued.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1376b209f405497dbc3947882b9eae9e/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07445331-F 20250517/250515230054 (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.