Inactive
Notice ID:N0018919LOGSV
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 experi...
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 Logistics Supply Chain Management and Business Management in support of the command-wide program management and Business Support Department Program for the NAVSUP FLC Norfolk Business Development Office. 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. Place of Performance (Site Location): The performance of this work will be at the NAVSUP FLC Norfolk, Business Development Office (Code 300), 1968 Gilbert Street, Norfolk, Virginia 23511-3392. NAICS Code: The NAICS Code for this requirement is 541330, Engineering Services, and the Size Standard is $15 Million. Period of Performance: The period of performance for this requirement will be one (1) base year and four (4) twelve-month option periods. This contract is estimated to commence on 20 September 2019 for transition for full a full performance start date of 01 October 2019. The proposed procurement is a single award, Firm Fixed Price type contract. Reponses to this Sources Sought request should reference (1300735035-0002) and shall be submitted electronically to David Nelson at david.w.nelson3@navy.mil / Phone: (757) 443-1194 by 11:00 AM EST on 7 February 2019. Responses shall include the following information in this format: 1. Company name, address, POC name, phone number, fax number and email. 2. Contractor and Government Entity (CAGE Code) and Dunn and Bradstreet Number. 3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. 4. If the services can be solicited from a GSA or SeaPort-e contract vehicle, provide the applicable contract number. 5. Capability statement addressing the following items: • Contractor’s ability to provide the required services referenced above. • Contractor’s experience (identified by contract number) and strategy to provide the required services, especially for Government and corporate entities of similar size and scope. • Contractors should include their anticipated teaming/partnering/subcontracting arrangements along with corporate information such as company name, address, and point of contact name, phone number, email address, and business size. Documentation of technical expertise and experience and strategy must be presented in sufficient detail for the U.S. Government to determine that your company possesses the necessary capability, expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) standard typewritten pages. All technical questions and inquiries maybe submitted within the response. Responses must be in English. 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 regards 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.