SOURCES SOUGHT
U -- RESEARCH AND EDUCATION SUPPORT
- Notice Date
- 7/30/2020 2:47:14 PM
- Notice Type
- Sources Sought
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
- ZIP Code
- 92136
- Solicitation Number
- N0024420R0054
- Response Due
- 8/14/2020 12:00:00 AM
- Archive Date
- 08/01/2021
- Point of Contact
- Eduardo Alfaro E-mail: Eduardo.v.alfaro@navy.mil
- E-Mail Address
-
eduardo.v.alfaro@navy.mil
(eduardo.v.alfaro@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Sources Sought July 30, 2020 This sources sought serves as a Request for Information issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. As stipulated in FAR 15.201(e), responses to this notice are NOT considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Governments discretion. Respondents will not be notified individually of the results of any Government assessments. The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Governments acquisition approach. The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this notice. The Fleet Logistics Center San Diego (FLCSD) Contracts Department is seeking information from all potential business sources to provide Naval Postgraduate School (NPS) graduate level research assistance and graduate level teaching. To develop and deliver graduate-level research and education the contractor must maintain the highest skill levels, be an acknowledged expert in his/her field. Services shall be provided at Naval Postgraduate School in Monterey, California. The primary North American Industry Classification System (NAICS) code for this procurement is 611710, Educational Support Services, with a size standard of $16.5 Million (size standard verified on 22 July 2020). The incumbent contractors are: General Dynamics Information Technology - N00244-16-D-0005 Oroday Inc. � N00244-16-D-0006 MAC Consulting Services � N00244-16-D-0007 Devine Consulting Inc. � N00244-16-D-0008 Creek Technologies � N00244-16-D-0009 The anticipated performance period will span 5 years from the date of award, if all options are exercised. The anticipated award date is 1 March 2021. It is anticipated that the Request for Proposal (RFP) will be posted in November 2020. The resulting contract is anticipated to be a Cost Plus Fixed Fee (CPFF), Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ). It is requested that all interested concerns respond with a Capability Statement of a maximum of 8 pages on 8.5 x 11 in paper, font no smaller than 12 point, demonstrating its ability to perform the services listed in the draft PWS. The results of this Sources Sought will be utilized to determine if small business opportunities exist and also to gauge competitiveness in the commercial marketplace for the upcoming solicitation. The contracts department is interested in locating and identifying qualified Small Business sources to determine if sources exist for Small Business and other socio-economic set-asides. The contractor must be able to perform the attached PWS and meet the requirements therein. A determination as to whether this acquisition will be a set-aside for small business will be based upon responses to this notice. The total level of effort is TBD. All interested businesses shall submit responses via electronic mail only to the attention of Eddie Alfaro, Contract Specialist at eduardo.v.alfaro@navy.mil. It is the responsibility of the offeror to ensure that they receive an email confirmation from the Contracting Office that the Capability Statement was received to avoid instances of lost emails. Questions or comments prior to the closing date may be addressed directly to the Contracting Officer. Responses shall be received electronically via email no later than 1600 Pacific Time on 14 August 2020. Late responses will not be considered. Incomplete responses will not be considered. The Capability Statement must address, at a minimum, the following: 1) Statement providing Company Name, Company Address, Points of Contact (include name, phone number, fax number, and e-mail address) and, if applicable, small business status (identify specifically whether company is small, disabled veteran owned, woman owned, disadvantaged, 8(a), or hub zone) under NAICS code 611710. 2) Prior/current corporate (past performance) experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, hours/dollars incurred to date, Government point of contact with current telephone number and email address, and brief description of how the referenced contract relates to the services described herein. 3) For Small Business concerns, the contractors technical capability, or potential approach, to achieving technical ability, to perform at least 51% of the cost of the contract with its own employees. In addition, the contractor shall provide teaming arrangements or potential subcontractors that demonstrate the capability to accomplish 100% of the Performance Work Statement. 4) A Technical Capabilities summary highlighting experience and knowledge relative to the PWS draft. This statement shall not exceed 5 pages. The respondent should describe qualifications and experience in working with specific relevant work, providing sufficiently detailed descriptions to allow an accurate assessment of relevancy and nature of the work performed. In addition, responses shall detail your company�s ability to meet the certification/Partner requirements and past performance record for contracts of same/similar scope of work; include information regarding your firm�s date of obtaining Avaya Partnership and your firm�s current partner status; provide an affirmative statement that your firm has sufficient Avaya certified personnel and equipment to meet the needs of this requirement. 5) A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts. Attachments: (1) Draft Performance Work Statement (PWS); Note, no other information other than the PWS will be provided to potential respondents of this sources sought notice.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b60ea76e984645df8cea1f4f9cda96f0/view)
- Place of Performance
- Address: 1 University Circle, Monterey, CA 93943, USA
- Zip Code: 93943
- Country: USA
- Zip Code: 93943
- Record
- SN05740857-F 20200801/200730230156 (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 |