Inactive
Notice ID:H9224023I0006
This is not a formal Request for Quote (RFQ) or proposal (RFP). Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. Thi...
This is not a formal Request for Quote (RFQ) or proposal (RFP). Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. This is a Sources Sought to meet the requirements of DFARS PGI 206.302-1. Naval Special Warfare Command (NSWC) has the need to increase the maximum contract ceiling value of a current multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Maritime Special Operations Forces Support Services (MSOFS). This is an increase of the originally awarded ceiling value only and no intent of extending the existing ordering term. The contracts and prime contractors are as follows: H9224020D0011, Lukos, LLC, 800 S Harbour Island Blvd, Tampa, FL 33602 H9224020D0012, People, Technology and Processes, LLC, 8621 E Dr Martin Luther King Jr Blvd, Tampa, FL 33610 H9224020D0013, RMGS, Inc, 500 Viking Drive Ste 302, Virginia Beach, VA 23452 H9224020D0014, Spathe Systems, LLC, 5401 W Kennedy Blvd Ste 750, Tampa, FL 33609 The contracts are currently set to expire on 19 March 2025 and a new follow-on contract is planned for award by FY25/Q1. The existing MSOFS ceiling was established using an independent government cost estimate (IGCE) based on historical manpower support and the projected transition from other disparate contracts. However, the multiple award contract was able to realize savings and efficiencies at a level higher than expected along with continued influx of support required. Based upon the required support of priced options as well as strategic transitions until expiration, the forecasted ceiling of $245M is not adequate. Therefore, it is necessary to increase the current contract ceiling value by $55M from $245M to $300M, total value across all contracts. The modification is planned to be executed under the authority of FAR 6.302-1(a)(2)(iii), only one source is capable of satisfying the agency’s requirements. This determination is based on the fact that the current prime companies are the only ones capable to continue meeting the requirement since a follow-on contract will not be in place prior to reaching the current ceiling capacity. The Government has determined that a follow-on contract is necessary and is in the beginning stages of the acquisition plan. At this time, no strategy has been finalized. As such, the Government is requesting capability statements of responsible sources able to provide manpower augmentation support services in the areas of logistics, intel, and administrative services with a minimum Top Secret FCL and Secret Safeguarding. To be determined responsible, primes must have implemented NIST SP 800-171 in accordance with DFARS provision 252.204-7019. The assessment must be current; not more than 3 years old. The Government also desires companies to have in-house classified network connectivity to be able to receive and handle classified information real-time. Responses must be provided to the Government no later than Thursday, 3 August, at 10:00 a.m. Eastern Standard Time. All inquiries and responses concerning this action shall be sent in writing via email to michelle.l.riisma.civ@socom.mil