USCG DIRECTV CABLE SERVICES
***THIS IS A SOURCES SOUGHT SYNOPSIS / REQUEST FOR INFORMATION (RFI). THIS RFI IS RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 15.201 FOR MARKET RESEARCH PURPOSES ONLY. THIS ANNOUNCE... ***THIS IS A SOURCES SOUGHT SYNOPSIS / REQUEST FOR INFORMATION (RFI). THIS RFI IS RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 15.201 FOR MARKET RESEARCH PURPOSES ONLY. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS (RFP) AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO SEEK PROPOSALS OR AWARD A CONTRACT AT THIS TIME. *** Solicitation Number: 2120310LBD001 Summary: THIS IS A SOURCES SOUGHT SYNOPSIS. No solicitation is available. This Sources Sought is released pursuant to FAR Part 15.201(e), Exchanges with Industry. The U.S. Coast Guard (USCG) is currently in the acquisition planning stage for the eventual award for the monthly DIRECTV cable subscriptions to all units in District 11 (California). USCG is seeking interested parties with specialized capabilities to meet all, or part of, the requirements defined below in Attachment #1: Draft Performance Work Statement. The North American Industry Classification System (NAICS) code for this requirement is 515210, Cable and Other Subscription Programming, with a small business size standard of 35.5M. The purpose of this Source Sought Synopsis/RFI is to identify small business concerns with the capability to perform the services defined in the Draft Performance Work Statement, with the intent of assessing set-aside possibilities. In order for USCG to assess set-aside possibilities under the NAICS code specified above, interested firms shall identify their company as one or more of the following: 1) small business; 2) 8(a) business; 3) HUBZone small business; 4) small disadvantaged business; 5) woman-owned small business; 6) service-disabled, veteran-owned small business; or 7) large business. All interested firms are invited to submit a capability statement of no more than three (3) pages, and no smaller than 12 point Times New Roman font. The capability statement should demonstrate the interested firm's understanding, capability, approach, qualification, and past experience in meeting the work requirements identified in Attachment # 1, Draft Performance Work Statement. Finally, interested firms should identify challenges and risks associated with meeting the requirements of the Summary Scope of Work and how the organization would minimize those risks. The Government will review the capability statement to determine if the interested firm is capable of satisfying the requirements based on its demonstrated understanding, capability, approach, qualification, and past experience in each of the areas included in the Draft Performance Work Statement (Attachment #1). Moreover, all capability statements must also include (not counting towards the 3 page limit): the name of the firm, or firms if a teaming arrangement is proposed, point of contact, phone number, address of firm(s), and the DUNS number for the prime entity. Please note that a small business firm may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this sources sought must clearly discuss the areas of the Draft Performance Work Statement that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform. Please note that at least 50% of the total cost of all services provided must be incurred by or for personnel of the small business firm pursuant to the FAR clause at 52.219-14 entitled "Limitations on Subcontracting (NOV 2018)". USCG reserves the right to use any and all information submitted by, or obtained from, an interested firm in any manner USCG determines is appropriate, including, but not limited to, the creation of a competitive solicitation. An interested party should avoid including any classified, business confidential, and/or proprietary information in its response. However, if an interested firm must submit such information, the information must be clearly marked, and the interested firm must provide sufficient justification as to why such information is business confidential and/or proprietary. USCG will review the information and safeguard it appropriately. The Government will not pay for any information that is provided in response to this Sources Sought/RFI nor will it compensate any respondents for the development of such information. Responses shall be provided via email to Marie Z. Morales, Senior Field Contracting Officer, at marie.z.morales@uscg.mil no later than 1:00 p.m. Pacific Time on August 26, 2019. All questions pertaining to this announcement will be answered through a "Special Notice" electronically through Fedconnect https://www.fedconnect.net/FedConnect. USCG personnel may contact firms responding to this announcement to clarify a responder's capabilities and other matters as part of this market research process. Contracting Officer: Marie Z. Morales 510-437-3195 marie.z.morales@uscg.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »