Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 07, 2023 SAM #7984
SOURCES SOUGHT

R -- Sources Sought - Litigation Support

Notice Date
10/5/2023 8:28:12 PM
 
Notice Type
Sources Sought
 
NAICS
541110 — Offices of Lawyers
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018924QLITS
 
Response Due
10/25/2023 9:00:00 PM
 
Archive Date
11/10/2023
 
Point of Contact
Joseph Mulherin See below
 
E-Mail Address
joseph.mulherin@navy.mil
(joseph.mulherin@navy.mil)
 
Description
Subject to FAR Clause 51.215-3 entitled Solicitation for Information of Planning Purpose, this announcement constitutes a Sources Sought for information and planning purposes. Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk�s intent with this announcement is to identify qualified and experienced sources for a contract vehicle that will provide litigation support services for Office of the Navy Judge Advocate General (OJAG) Admiralty and Claims Division (Code 15) and General Litigation Division (Code 14)) IAW the Navy and DoD regulations, policies and procedures, as defined in the attached draft Performance Work Statement (PWS). 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. Anticipated NAICS Code The NAICS Code for this requirement is 541110 - Offices of Lawyers, with the Small Business size standard of $15.5 million. Respondents should provide their business size in the identified NAICS code. Anticipated Contract Type and Period of Performance The Government intends for services to award one or more indefinite-delivery, indefinite-quantity (IDIQ) contract(s) with firm-fixed-price (FFP) provisions. The resultant contract(s) are anticipated to commence on approximately 31 March 2024 with a five-year ordering period potentially followed by a 6-month FAR 52.217-8 option period. Sources Sought Requirements Reponses to this Sources Sought request should reference N0018924QLITS and shall include the following information in this format: 1. Company name, address, point of contact name, phone number, and email address. 2. Contractor and Government Entity (CAGE) Code and Unique Entity ID. 3. Business size and types under NAICS 541110 (other than small business, small business, 8(a), HUBZone, women-owned small business, service-disabled veteran-owned small business, etc). 4. Capability statement displaying the contractor�s experience and 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. 5. The Government is still determining the acquisition strategy and whether this acquisition will be a small business set-aside. If the effort is 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 individually capable of performing at least 50 percent 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 whether subcontracts are to be used. Additionally, please provide the 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 documentation of previous experience in teaming must be provided. 6. Include any other supporting documentation necessary. 7. Comments or suggested changes to the Government�s NAICS Determination. 8. Identify conditions or issues the U.S. Government should consider or that may interfere with the intention of this effort. 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) type written pages in no less than 12-font. Responses shall be emailed to Joseph Mulherin at joseph.p.mulherin.civ@us.navy.mil and Carlton Walton at carlton.t.walton.civ@us.navy.mil by 10AM EST on Thursday 26 October 2024. Again, this is not a Request for Proposal. Respondents will not be notified of the results and the U.S. Government is NOT required to answer any questions submitted in regards to this RFI. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any. Attachments: Attachment I - Draft Performance Work Statement NOTE: Proprietary information shall be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. 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/ef3bd64878704ce7aca5d48ecf8fc490/view)
 
Record
SN06854668-F 20231007/231005230047 (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.