Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 29, 2024 SAM #8433
SOURCES SOUGHT

D -- China Lake Telecomunications (TELCO) System (CLTS) Follow-on

Notice Date
12/27/2024 8:16:37 AM
 
Notice Type
Sources Sought
 
NAICS
517810 —
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893625Q0054
 
Response Due
1/17/2025 2:00:00 PM
 
Archive Date
12/23/2025
 
Point of Contact
Erin Villar, Phone: 7607934151, Brian Gillead, Phone: 7609772174
 
E-Mail Address
erin.m.villar.civ@us.navy.mil, larry.b.gillead.civ@us.navy.mil
(erin.m.villar.civ@us.navy.mil, larry.b.gillead.civ@us.navy.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
(1) INTRODUCTION AND PURPOSE: The purpose of this sources sought notice is to conduct market research to determine which Certified Alaska Native Corporations (ANCs), Indian Tribe or Native Hawaiian Organizations are capable to perform this effort to assist in determining if this effort can be competitive and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 517810 for All Other Telecommunications, which has a corresponding size standard of $40 M for revenues. (2) PROGRAM DESCRIPTION: The Digital Information Technology and Cyber Department (DITAC) Division, DC30000, has a requirement for providing China Lake Telecommunication Services (CLTS) for the Naval Air Warfare Center Weapons Division (NAWCWD). (3) REQUIRED CAPABILITIES: See PWS (4) PLACE OF PERFORMANCE: It is expected that 100% percent of work will be performed at Government Installation(s). Government site(s) include onsite NAWCWD, China Lake, CA. (5) CONTRACT TYPE: The contract type is anticipated to be a five-year, Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract with an anticipated start date in the third quarter of FY 25. (6) SPECIAL REQUIREMENTS: Not applicable. (7) ADDITIONAL INFORMATION: Not applicable. (8) CONTRACTOR RESPONSE: Any ANC, Indian Tribe, or Native Hawaiian Organization firm believing they can fulfill this requirement may submit a capability statement or response which shall be considered by the agency no later than 21 days after the date of publication of this notice. The written response shall include the following: (a) Reference RFP Number N6893625Q0054; (b) Company name and address; (c) Company's point of contact name, phone, fax, and e-mail; (d) Declaration as to whether the company is a U.S. or foreign company; (e) Company size (Small or Large according to the identified NAICS and size standard identified); (f) If your company is a small business, specify type(s); (g) Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime company and the work to be accomplished by the teaming partners; (h) A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above. (i) An outline of previous projects related to the program description, and identify specific work previously performed or currently being performed related to the program description; and (j) Any other specific and pertinent information as it pertains to this particular area of procurement that would enhance the Government's consideration and evaluation of the information submitted. Questions and comments are highly encouraged. The results of the sources sought may also be utilized used to determine if any Small Business Set-Aside opportunities exists using NAICS Code 517810 with a small business size standard of $40 M. All Small Business Set-Aside categories will be considered. Vendors should appropriately mark any data that is proprietary or has restricted data rights. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government. Written responses to this notice shall be submitted by e-mail to the point(s) of contact listed below no later than 21 days from this notice date. (POCs information auto-populates via table above.) Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited, to a single point of contact (POC) per CAGE code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code�s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6c091ceb448b48818e4e08a6351ba7a6/view)
 
Record
SN07301913-F 20241229/241227230100 (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.