Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOURCES SOUGHT

D -- JAG Enterprise Cloud Environment (JECE)

Notice Date
5/25/2023 11:26:11 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018923R0039
 
Response Due
6/2/2023 9:00:00 AM
 
Point of Contact
Tierra Watson, Phone: 7574431395
 
E-Mail Address
tierra.k.watson.civ@us.navy.mil
(tierra.k.watson.civ@us.navy.mil)
 
Description
This announcement constitutes a Sources Sought for informational and planning purposes. Naval Supply System Command (NAVSUP) Fleet Logistics Center Norfolk�s (FLCN) intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide JAG Enterprise Cloud Enterprise maintenance and sustainment in support of the Office of the Judge Advocate (OJAG). The tasks are defined in the attached draft Performance Work Statement. This announcement constitutes a sources sought for written information only.� This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement. This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response to this request for information. Tentative Acquisition Strategy The Government anticipates issuing a single award, contract with firm fixed price (FFP) provisions. Anticipated NAICS Code The NAICS Code for this requirement is 541511 � Custom Computer Programming Services, with a size standard of $34.0 million. The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement. Reponses to this Sources Sought request should reference N0018923R0039 and shall include the following information in this format: Company name, address, point of contact name, phone number, fax number and email address. Contractor and Government Entity (CAGE) Code. SeaPort-NxG or GSA contract number, if applicable. Size of business � Large Business, Small Business, Small Disadvantage, 8(a), Hub-zone, Woman-owned and/or Service Disabled Veteran-owned. Capability statement displaying the contractor�s ability to provide the services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years.� Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Include any other supporting documentation. Comments or suggested changes to the Government's NAICS Determination Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed ten (10) typewritten pages in no less than 12 font size. Responses shall be emailed to Tierra Watson at tierra.k.watson.civ@us.navy.mil by 12 PM EST on Friday, 02 June 2023.� Again, this is not a Request for Proposal.� Respondents will not be notified of the results.� Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. Attachments: Attachment I � Draft Performance Work Statement NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal.� Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6a74cec33047490b89f7b175e31ba34d/view)
 
Record
SN06695466-F 20230527/230525230119 (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  © 1994-2020, Loren Data Corp.