Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2025 SAM #8514
SOURCES SOUGHT

R -- Administrative Support Services

Notice Date
3/17/2025 5:49:11 AM
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018925AdminServices
 
Response Due
3/19/2025 1:00:00 PM
 
Archive Date
04/03/2025
 
Point of Contact
Jessica Kovach
 
E-Mail Address
jessica.l.kovach3.civ@us.navy.mil
(jessica.l.kovach3.civ@us.navy.mil)
 
Description
This announcement constitutes a Request for Information (RFI) for market research purposes. Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk's intent of this announcement is to identify qualified and experienced sources that are adequately adept to perform administrative support in direct support for Family Residency at Camp Lejeune. Description of Services (See attached Performance Work Statement (PWS) for further details.) Note: The draft PWS describes only the current contemplated possible scope of services and may vary from the scope that is included in a final PWS in any Request for Quotations (RFQ) if issued. This announcement constitutes a RFI for written information only. This is not a solicitation announcement for Request for Quotations 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. The anticipated NAICS Code is 611710 Educational Support Services and the size standard is $24.0 M. The Government has not yet determined whether an existing strategic source vehicle will be used to satisfy this requirement. Responders should provide their business size in the NAICS. Responses to this Sources Sought should reference the Performance Work Statement and shall include the following information in this format: 1. Company name, address, point of contact name, phone number, and email address. 2. Contract and Government Entity (CAGE) Code. 3. If the services can be solicited from a Strategic Source vehicle, provide the contract number/Strategic Source vehicle number. 4. Size of business Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned or Service Disabled Veterans-owned. 5. A rough estimate of pricing, including the basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules. 6. Capability statement displaying the contractor's ability to provide the services. (Standard company brochures will not be reviewed.) 8. Advise if the performance date is feasible. 9. Comments or suggested changes to the Government NAICs determination. 10. Provide any questions in regards to the attached draft PWS. 11. Include any other supporting documentation. Responses should be emailed to Jessica Kovach at jessica.l.kovach3.civ@us.navy.mil by close of business on 19 March 2025. Again, this is not a Request for Quotations. Respondents will not be notified of the results. Please note the information within this RFI will be updated and/or may change prior to a synopsis/solicitation, if any issued. Additional information: Oral communications will not be accepted in response to this notice. Responses will be evaluated solely for the purpose of determining the respondent's ability to meet the government's requirements as described above. A determination not to compete this proposed effort on a full and open competition basis is based upon responses to this notice and is solely within the discretion of the Government. The Government will use the responses to help determine the interest and ability of qualified sources in the marketplace. This announcement is for information and planning purposes only. It does not constitute an RFQ and is not to be construed as a commitment by the Government. The Government will not pay any cost associated with the submittal of information received in response to this RFI. Responses and all related communications that contain proprietary information should be marked as such and will be handled accordingly. Attachments: Attachment 1 Performance Work Statement
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/282b8c4cdb9740f5bc20ae0e7fc0f250/view)
 
Place of Performance
Address: Camp Lejeune, NC 28547, USA
Zip Code: 28547
Country: USA
 
Record
SN07375090-F 20250319/250317230046 (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.