Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 02, 2024 SAM #8223
SOURCES SOUGHT

U -- Information Technology Study

Notice Date
5/31/2024 10:00:00 AM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0430A24RX00007
 
Response Due
6/7/2024 8:00:00 AM
 
Archive Date
06/22/2024
 
Point of Contact
Trumeka King, Phone: 7574431967
 
E-Mail Address
trumeka.king@navy.mil
(trumeka.king@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NAVAL HISTORY AND HERITAGE COMMAND NAVY MUSEUMS DIVISION Subject to FAR Clause 52.215-3, entitled ""Solicitation for Information of Planning Purpose,"" this announcement constitutes a Sources Sought for information and planning purposes for qualified and experienced sources to provide a seamless telecommunication infrastructure that supports the institutional missions of teaching, learning, research and developmental efforts for Naval History and Heritage Command (NHHC) and National Museum of the United Staes Navy (NMUSN) in Washington, DC. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It 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. The Government plans to procure these services as Commercial Item as defined in FAR 2.101.�� NAICS CODE: The NAICS Code for this requirement is 611430, Professional Development Training, and the Size Standard is $15,000,000 millions of dollars. BACKGROUND: The Naval Supply System Command (NAVSUP), Fleet Logistics Center Norfolk (FLCN) is conducting market research to determine industry capability and interest to provide the following required services and supplies.� The Contractor will conduct of other Navy, DoD, or public agencies, or museums to determine the hardware software and manning best practices for the establishment of a world class museum IT system and website. Further details are provided in the attached draft Statement of Work (SOW).� The proposed procurement is a single award, Firm-fixed Price contract. RFI SUBMISSION REQUIREMENTS: Interested parties shall submit responses to this RFI. Responses should reference the RFI 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 DUNS Number. Any government schedule contract number. 3. Business size under NAICS. 4. Capability statement addressing your ability to support the scope of the requirement listed in this notice and applicable attachments. 5. Describe any past performance efforts with a similar scope to the proposed requirement. Provide contract numbers, dollar value, and the period of performance for each contract referenced in the response to this sources sought notice. 6. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large businesses will be used. 7. Provide questions, comments, or feedback regarding the draft PWS, planned contract type or any other associated information. 8. Provide a Rough Order of Magnitude (ROM). The ROM shall include a total price for the effort, including an explanation on how pricing will be calculated including subscription fees. Documentation of technical expertise and experience must be presented in sufficient detail for the U.S. 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. Listing/pricing information shall be submitted via Microsoft Excel Format. Technical submissions are not to exceed five (5) typewritten pages in no less than 12 font. All technical questions and inquiries may be submitted within the response. Responses should be emailed to trumeka.c.king.civ@us.navy.mil �by 11:00 am eastern standard time (EST) on 07 June 2024. Again, this is not a request for a proposal. Respondents will not be notified of the results and the U.S. �Government is not required to answer any questions submitted in regard 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/66eede825e4841afb4577942ba2eb613/view)
 
Place of Performance
Address: Washington Navy Yard, DC 20374, USA
Zip Code: 20374
Country: USA
 
Record
SN07083033-F 20240602/240531230044 (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.