Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2020 SAM #6811
SOURCES SOUGHT

99 -- PA Systems M67854-20-I-4826 Total Small Business Set-Aside ONLY

Notice Date
7/21/2020 5:25:19 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-20-I-4829
 
Response Due
8/11/2020 2:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
Jamila Bransford, Phone: 7034323726
 
E-Mail Address
Jamila.Bransford@usmc.mil
(Jamila.Bransford@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
MARINE CORPS SYSTEMS COMMAND PA Systems Sources Sought Notice TOTAL SMALL BUSINESS SET ASIDE ONLY M67854-20-I-4829 � THIS IS A SOURCES SOUGHT NOTICE ONLY.� The government is seeking Industry�s input into this requirement in order to assess market potential.� This sources sought 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.� This request for information does not commit the Government to a contract for any supply or service.� Further, the Government is not seeking proposals and will not accept unsolicited proposals.� Vendors are advised that the United States Government will not pay for any information or administrative costs incurred in response to this sources sought; all costs associated with responding to this request will be solely at the interested party�s expense.� Not responding to this sources sought does not preclude participation in any future RFP, if any is issued.� If a solicitation is released, it is anticipated it will be synopsized on the betaSAM website, https://beta.sam.gov/.� It is the responsibility of the potential offerors to monitor the site for additional information pertaining to this requirement.� Scope This sources sought is to conduct market research and determine the availability and technical capability of sources to potentially provide services as described in the attached Paperless Acquisitions (PA Systems) Portfolio draft Performance Work Statement (PWS) and draft Quality Assurance Surveillance Plan (QASP), which is subject to change. 2.0 Contract/Program Background Standard Procurement System Contract Number:������������������ M67854-14-D-4802 Contract Type:����������� ������� ����� Indefinite Delivery/ Indefinite Quantity (ID/IQ) Contractor:������������������ �������� �����SAIC Method of Previous Acquisition: Full and Open Competition ����� Purchase Request Builder Contract Number:������������������ M67854-16-F-4804 Contract Type:����������� ����������� Indefinite Delivery/ Indefinite Quantity (ID/IQ) Contractor:������������������ �����������Deloitte Method of Previous Acquisition: Governmentwide Acquisition Contract (GWAC) Task Order������� � �3.0 Responses �The Government requests that the following information be included in responses: Name, mailing address, phone number, and e-mail of designated Point(s) of Contact (POC). Business Commercial and Government Entity (CAGE) Code and DUNS#. Provide contract references (not to exceed three) for like type work performed (Agency, Contract Number, Contract Value, Period of Performance), what type of contract strategy was used (Firm Fixed Price or Cost Reimbursable), and their relevance by describing how the reference correlates with the services requested in the PA Systems Portfolio draft PWS.� Provide name, phone number, and e-mail of Government POC for the effort.� Explain how the work is similar to this requirement.� Discuss how many subcontractors were involved and your methodology for managing multiple contractors or team members. The specific technical skills the company possesses which ensure capability to perform the requirements. Business type (small business, 8(a) participants, HUBZone small business concerns, service-disabled veteran-owned small business concerns, economically disadvantaged women-owned small business (EDWOSB) concerns, and women-owned small business (WOSB) concerns eligible under the WOSB Program) ) in relation to North American Industry Classification System (NAICS) code 541512 (Computer Systems Design Services) or 541519 (Other Computer Related Services). � Describe your organization�s capability to quickly staff and successfully perform tasks described in the attached draft PWS (subject to change). Please include a detailed explanation of your organization�s history and experience with these tasks and the efforts you provided. If it is determined this requirement is appropriate for a small business set-aside, FAR clause 52.219-14 requires that at least 50% of the work be completed by the prime contractor.� Referring to draft PWS attached; would the vendor be able to adhere to this clause?�� Specify the�North American Industry Classification System (NAICS) code you believe best fits this requirement and provide detailed supporting rationale.� The Government is considering the 541512 NAICS code (Computer Systems Design Services) or 541519 (Other Computer Related Services). Specify what types of labor categories you anticipate for completion of Post Deployment Software Support (PDSS) and Engineering Change Proposals (ECP) requirements depicted in the PWS. Provide feedback on whether the requirements identified within the attached draft PWS are clear. If not, what clarification(s) does your organization recommend to allow better responses and what industry�s efficiencies could potentially impact this requirement? Provide Section Name/# Recommended revision/industry clarification to this potential requirement? What would be a sufficient proposal development for RFQ for draft PWS requirement?� Questions regarding this sources sought are due no later than 4 August 2020, 5:00 PM EST.� Questions and responses will be posted to betaSAM after the Government has had an opportunity to respond.� Interested parties are requested to respond to this sources sought no later than 11 August 2020, 5:00 PM EST.� Responses shall be prepared using �Time New Roman� 12 point font style on 8 1/2 X 11 inch white paper. Tables and illustrations may use a reduced font not less than 10 point, which should be used for labeling or descriptive purposes.� One page equals one side of paper. Margins shall be no less than one (1) inch on all sides.� All material submitted must be singled spaced. Vendors may also use provided Sources Sought Notice worksheet provided.� Each page shall provide information of the responder.� There is a 15 page response limit. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.� To aid the Government, please segregate proprietary information.� Please be advised that all submissions become Government property and will not be returned.� Please submit responses via email to Lead Contract Specialist (Jamila Bransford) Jamila.Bransford@usmc.mil. Must include �RFI M67854-20-I-4829 � Vendor Name Submission� in the subject line of your organization�s email. 4.0 Industry Discussions Marine Corps Systems Command (MARCORSYSCOM) representatives may or may not choose to meet with interested vendors. Such discussions would only be intended to get further clarification of potential technical capability to meet the requirements, especially any development and certification risks. 5.0 Summary THIS IS A SOURCES SOUGHT ONLY to identify sources that can provide MARCORSYSCOM with high quality Information Technology (IT) solutions. The information provided in this sources sought is subject to change and is not binding to the Government.� The Government has not made a commitment to procure any of the items discussed; and release of this sources sought should not be construed as such; or as a commitment and/or as authorization to incur cost for which reimbursement would be required or sought.� All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/819aa7aae1ce4b98a7163cb06bac9c85/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN05728690-F 20200723/200721230157 (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.