Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2020 SAM #6729
SOLICITATION NOTICE

D -- Information Technology, Supply Chain and Logistics Support

Notice Date
4/30/2020 11:48:02 AM
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N00158920RQ008
 
Archive Date
05/07/2020
 
Point of Contact
Telephone: 717-605-5572, Phone: 717-605-5572
 
E-Mail Address
jessica.a.daniels@navy.mil
(jessica.a.daniels@navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Norfolk, Mechanicsburg Office, 5450 Carlisle Pike, Mechanicsburg, PA 17050-2411, intends to award multiple, indefinite-delivery, indefinite-quantity-type contract with firm-fixed-price provisions for information technology, supply chain and logistics support services in support of Naval Supply Systems Command, Business Systems Center (NAVSUP BSC). The notice�serves as a pre-solicitation with the official solicitation�to follow shortly.� �The�Government will solicit and award using the policies and procedures of FAR Part 12, Acquisition of Commercial Items; FAR Part 15, Contracting by Negotiation; FAR Subpart 16.5, Indefinite-Delivery Contracts; and FAR Subpart 19.8, contracting with the Small Business Administration (The 8(a) Program).� Services will commence on/around 15 July 2020 and continue through 14 July 2025 for the fiveyear basic ordering period. A request for information (RFI)/sources sought notice N0018919DQXXX associated with this solicitation was posted on 10 October 2018 to identify interested sources, and to obtain feedback on a draft Performance Work Statement. As a result of information obtained from responses to the RFI/sources sought notice, an industry day was held on May 03, 2019 to discuss the purpose and execution of the potential IDIQ contracts with interested 8(a) vendors. Through discussions and feedback received, this requirement will be solicited competitively as an Alaska Native Corporations (ANC), Hawaiian Native Organizations (HNO), and Indian Tribe (Tribal) 8(a) specific setaside.� The activity�s small business office concurs with this determination.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/45a8a125939442c79d66dad5590eb29f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05641002-F 20200502/200430230142 (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.