Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SOLICITATION NOTICE

D -- Veterans Guest Internet Access Base+4 - ST CLOUD VA (VA-22-00039945)

Notice Date
3/4/2022 8:30:45 AM
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B22Q0185
 
Response Due
3/8/2022 7:00:00 AM
 
Archive Date
04/07/2022
 
Point of Contact
Michael Lamb, Contract Specialist
 
E-Mail Address
michael.lamb8@va.gov
(michael.lamb8@va.gov)
 
Awardee
null
 
Description
Request for Information St. Cloud Veteran & Guest Internet Access (VGIA) VA-22-00039945 Introduction This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. The North American Industry Classification System (NAICS) for this requirement is 541512 with a size standard of $30 million. 2. Submittal Information: All responsible sources may submit a response in accordance with the below information. There is a page limitation for this RFI of 5 pages. The Government will not review any other information or attachments included, that are in excess of the 5 page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the services required in the attached PWS and must include the following: Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company Address Point of Contact Phone Number Fax Number Email address Company Business Size and Status For VOSB and SDVOSBs, proof of verification in VIP. NAICS code(s) Socioeconomic data Data Universal Numbering System (DUNS) Number CAGE Code Existing Contractual Vehicles (GWAC, FSS, or MAC) Provide a summary of your capability to meet the requirements contained within the draft PWS for the following areas: Provide a summary of your technical capability to meet the PWS requirements. PWS Section 5.6, Additional Bandwidth, (Optional Task 1) requires Offerors to provide additional bandwidth in the event VA exceeds current ISP needs or anticipates future growth. Is the current structure of the Optional Task adequate for procuring additional bandwidth? If no, provide recommendations of industry standard ways that would be the most effective way for industry to price this task. Corporate experience or expertise in performing these services and specific examples or references. Specific examples or references provided must include the agency, point of contact, dollar value, and contract number. Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-10 (NOV 2020) (DEVIATION) VA Notice of Total SDVOSB and 13 CFR ยง125.6, which states the contractor will not pay more than 50 percent of the amount paid by the Government to it to firms that are not SDVOSBs. Your response shall include information as to available personnel and financial resources; full names of proposed team members and the PWS requirements planned to be subcontracted to them, which must include the prime planned percentage or the names of the potential team members that may be used to fulfill the set aside requirement. Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the software development and production operations support services to be performed under this effort. ______ YES _______ NO (if No, answer question f) If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost effective effort. Responses are due no later than 10:00 AM EST, March 10, 2022 via email to Contract Specialists Michael Lamb and Sarah Bach, at Michael.Lamb8@va.gov, Sarah.Bach@va.gov and Cara Varricchio, Contracting Officer at Cara.Varricchio@va.gov. Please note St. Cloud Veteran & Guest Internet Access 36C10B22Q0185 in the subject line of your response. Mark your response as Proprietary Information if the information is considered business sensitive. The email file size shall not exceed 5 MB.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e6dcee4db6d642028c4c37f6795f845c/view)
 
Record
SN06257498-F 20220306/220304230100 (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.