VOIP INFRASTRUCTURE (CLVI) MODERNIZATION
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 knowled... 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 334210 for Telephone Apparatus Manufacturing which has a corresponding size standard of 1,250 in number of employees. 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. REQUIRED CAPABILITIES: See PWS PLACE OF PERFORMANCE: This requirement is expected to take place in China Lake, CA. 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 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) Company name and address; b) Company's point of contact name, phone, fax, and e-mail; c) Declaration as to whether a U.S. or foreign company; d) Company size (Small or Large according to the identified NAICS and size standard identified), e) 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. f) 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, g) A brief capabilities statement package (no more than five pages in length, double-spaced, 12-point font minimum), demonstrating ability to perform the specific requirements discussed above. h) 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 i) 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 334210 with a small business size standard of 1,250 number of employees. 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 10 days from this notice date. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Erika Martin, in either Microsoft Word or Portable Document Format (PDF), via email at erika.m.martin@navy.mil. Submissions must be received by 3:00 p.m. Pacific Time on 13 JUN 2019. Questions or comments regarding this notice may be addressed by email to the Contract Specialist at erika.m.martin@navy.mil or the alternate contact cheryl.d.mcguire@navy.mil. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. 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/.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »