Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2023 SAM #7827
SOURCES SOUGHT

R -- OPNAV N1 MyNavyHR ERP Integration/Transition Support

Notice Date
5/1/2023 9:40:22 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018923RZ073
 
Response Due
5/7/2023 9:00:00 PM
 
Archive Date
05/15/2023
 
Point of Contact
Denisse Aquino (denisse.aquino.civ@us.navy.mil) Kevin Clauson (kevin.m.clauson.civ@us.navy.mil)
 
E-Mail Address
kevin.clauson@navy.mil
(kevin.clauson@navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Navy Enterprise Resource Planning (ERP) Transition Support NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office is seeking interested 8(a) small businesses that have capability of supporting the deployment, training, coordination, and procedural workflows to implement Navy ERP throughout the OPNAV N1 MyNavyHR enterprise, as specified in the DRAFT Performance Work Statement (PWS). The contractor shall provide the required trained personnel, supervision, materials, deliverables and other items as necessary to provide support services. This procurement is anticipated to be a Firm Fixed Priced (FFP) contract. NAVSUP FLCN anticipates issuing a solicitation for ne (1) one-year base period and two (2) one-year option periods for a total Period of Performance of three years. The North American Industry Classification System (NAICS) Code is 541512 and the Small Business Size Standard is $34.0 million. The DRAFT PWS is provided as an attachment to this notice. The purpose of this Sources Sought Notice is to locate and identify qualified sources, and determine if competition in the marketplace exists. Interested firms are invited to respond to this sources sought announcement by demonstrating Technical Capabilities (not to exceed six (6) pages, not inclusive of the cover page) that summarizes relevant experience, knowledge, and capabilities consistent with the effort described in the Draft PWS. Respondents shall provide information related to contracts where the respondent was involved at a comparable level of effort. In addition, interested firms are invited to respond to this sources sought announcement by providing the following: (1) name and address of applicant (corporate/principal office and socioeconomic status); (2) name; telephone and email address of point of contact; (3) NAICS and Cage Code; (4) contractor�s technical capabilities statement, and (5) GSA schedule (if applicable). The Technical Capabilities statement should summarize experience and knowledge relative to the DRAFT PWS. 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. Technical Capabilities will be evaluated on previous and/or current experience and experience with staffing the requirement with sufficient number of personnel that meet the minimum qualification requirements as detailed in the DRAFT PWS. A determination as to whether this acquisition will be a competed will be based upon responses to this notice. Interested firms are requested to submit a capability statement electronically by 5:00 PM EST on 8 May 2023 to the following e-mail addresses denisse.aquino.civ@us.navy.mil and kevin.m.clauson.civ@us.navy.mil. For information regarding this sources sought, contact Denisse Aquino at email denisse.aquino.civ@us.navy.mil. Proprietary data will be protected when so designated. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. This is NOT a request for proposal (RFP), invitation for bid (IFB), or an announcement of a solicitation as no solicitation package exists at this time. This request is for informational purposes only. No cost data should be submitted. The Government will not pay for any materials provided in response to this notice or any follow-up information requests. Submittal will not be returned to the sender. Respondents will not be notified of the results of the evaluation. NAVSUP FLCN, Philadelphia Office will utilize the information for technical and acquisition planning purposes only. The requirements for your e-submission are adobe acrobat to create the PDF file, 8.5 X 11 paper, Time New Roman, font size 12. TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/46f699d3192c49939d2fb43aada65dd6/view)
 
Record
SN06667926-F 20230503/230501230115 (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.