Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2025 SAM #8528
SOURCES SOUGHT

D -- Installation Fiber Optics Networking Support Services

Notice Date
3/31/2025 12:32:27 PM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893625R0026
 
Response Due
4/21/2025 12:00:00 PM
 
Archive Date
04/21/2026
 
Point of Contact
Erika Martin, Phone: 7607933151, Erin K Strand, Phone: 7607934330
 
E-Mail Address
erika.m.martin6.civ@us.navy.mil, erin.k.strand.civ@us.navy.mil
(erika.m.martin6.civ@us.navy.mil, erin.k.strand.civ@us.navy.mil)
 
Description
1) INTRODUCTION AND PURPOSE: The purpose of this sources sought is to conduct market research to determine responsible sources and their size classifications relative to the North America Industry Classification Systems (NAICS) code 541512 (size standard: $34M) for Computer Systems Design Services. Responses to this sources sought will be utilized by the Government to determine the best acquisition strategy for this procurement and make the appropriate determinations about potential sources. No solicitation is currently available; as such, this is not a request for proposal and in no way obligates the Government to award any contract. A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published. (2) PROGRAM DESCRIPTION: This requirement is for Installation Fiber Optics Networking Support Services to the Naval Air Warfare Center Weapons Division (NAWCWD) Command at China Lake. (3) REQUIRED CAPABILITIES: Please refer to the attached DRAFT Statement of Work (SOW) for specific requirements. (4) PLACE OF PERFORMANCE: Please refer to the attached DRAFT SOW for specific locations of performance. (5) CONTRACT TYPE: The Government is considering a Cost Plus Fixed Fee type of contract. (6) SPECIAL REQUIREMENTS: Please refer to the attached DRAFT SOW for special requirements such as security information. (7) ADDITIONAL INFORMATION: N/A (8) CONTRACT RESPONSE: Any firm believing it can fulfill the requirement identified in the attached DRAFT SOW may submit a written response. The written response shall reference solicitation number N6893625R0026 and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform the required work. Contractor responses shall also include the following information: A reference to the solicitation number N6893625R0026 and brief title of this announcement. Company name and address. Company's point of contact name, phone, and e-mail. Declaration as to whether a U.S. or foreign company. Company size (Small or Large according to the identified NAICS and size standard identified). If your company is a Small Business, specify if your company is each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners. A brief capabilities statement package (no more than 5 pages in length, double spaced, 12-point font minimum), demonstrating ability to perform the specific requirements discussed above. An outline of previous projects related to the program description. Any other specific and pertinent information as 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. No opportunity for a site visit will be offered. Vendors should appropriately mark any data that is proprietary or has restricted data rights. Contractor shall submit a capabilities statement package via email to Erika.m.martin6.civ@us.navy.mil. The following restrictions apply: 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. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access CUI. See the DLIS website for registration details at: http://www.dlis.dla.mil/jcp/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5056310bf8e14ad598036fd0d6dddb60/view)
 
Record
SN07392409-F 20250402/250331230050 (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.