Administrative Support Services
(1) INTRODUCTION AND PURPOSE: The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competit... (1) INTRODUCTION AND PURPOSE: The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, 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 561110 for Office Administrative Services which has a corresponding size standard of $7.5 M for revenues. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources. No solicitation is currently available and 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: The Naval Air Warfare Center Weapons Division (NAWCWD) conducts research, development, acquisition, and test & evaluation of Naval air-to-air, air-to-ground and surface launched weapon systems; conducts weapons systems integration, and weapons, mission, and life-cycle cost analysis; and provides weapons and armament life-cycle services in support of the operating forces, Department of Defense, Missile Defense Agency. This requirement is to provide administrative/clerical support services to NAWCWD. The Contractor shall provide a dedicated team of personnel for administrative and clerical support. The Contractor shall provide all necessary materials, supervision, and management of contractor personnel, non-personal support services, and administrative support to accomplish each task set forth herein. Non-personal support services in this contract include administrative and clerical for the following tasks: conducting research, handling information requests, scheduling appointments, arranging conference calls, preparing correspondence, receiving visitors, organizing and maintaining paper and electronic files; plan, direct or coordinate financial activities of a branch, division, department or program office; conduct organizational studies and evaluations; and other business operations. (3) REQUIRED CAPABILITIES: See SOW 4) PLACE OF PERFORMANCE: This requirement is expected to primarily take place at Government Installations at China Lake, CA, Point Mugu, CA, and contractor facilities in Ridgecrest, CA. (5) CONTRACT TYPE: The contract type is anticipated to be a Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Cost Reimbursable Other Direct Costs (ODCs) CLINS for five (years) with an anticipated start date in the end of the first quarter of FY 20. (6) SPECIAL REQUIREMENTS: Not Applicable. (7) ADDITIONAL INFORMATION: Not Applicable. (8) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N68936-19-R-0022 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. Contractor responses shall also include the following information: a) A reference to the solicitation number N68936-19-R-0022 and brief title of this announcement; b) Company name and address; c) Company's point of contact name, phone, fax, and e-mail; d) Declaration as to whether 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 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. g) 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, h) 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. i) An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; and j) 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. The results of the sources sought may also be utilized used to determine if any Small Business Set-Aside opportunities exists using NAICS Code 561110 with a small business size standard of $7.5 M. All Small Business Set-Aside categories will be considered. Vendors should appropriately mark any data that is proprietary or has restricted data rights. Responses shall be submitted by e-mail to the point(s) of contact listed below or mailed to the Contracting Office Address listed below no later than 12 days from this notice date. 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/. Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an "Active" status as the government cannot award to an entity without an "Active" SAM registration. More information can be found at www.gsa.gov/samupdate.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »