The RFP Database
New business relationships start here

Enterprise Architecture and Cyber Security Team


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This announcement constitutes a Sources Sought for information and planning purposes. Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolkbs intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide Information Technologies Services in support of the Command Information Office Enterprise Architecture Team and Cyber Security Team for Commander, Operational Test and Evaluation Force (COMOPTEVFOR) as defined in the attached draft Performance Work Statement (PWS). This announcement constitutes a sources sought for written information only. This is not a solicitation announcement for proposals and a contract will not be awarded from of this announcement.
This announcement 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.

Anticipated NAICS Code
The NAICS Code for this requirement is 541519 b Other Computer Related Services is $27.5 million. The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement. If it is determined to be in the best interest of the Government to utilize Seaport-E, then the applicable NAICS code and size standard will be 541330 b Engineering Services and $15 million. Respondents should provide their business size in both potential NAICS.

Reponses to this Sources Sought request should reference EATCST2018 and shall include the following information in this format:

1.    Company name, address, point of contact name, phone number, fax number and email address.


2.    Contractor and Government Entity (CAGE) Code.

3.    If the services can be solicited from a GSA schedule, GSA 8(a) Stars II, provide the GSA contract number.

4.    If the services can be solicited from Global Business Support (GBS), please provide the contract number.

5.    If the services can be solicited from SeaPort-e, please provide the contract number.

6.    Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Service Disabled Veteran-owned.

7.    An estimated Rough Order of Magnitude (ROM).

8.    A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System, Commercial and Government Entity, and Reps/Certs.

9.    *****A copy of Defense Security Service verification or letter from the contractorbs Corporate Officer certifying it possesses a current TOP SECRET Facilities Clearance.*****

10.    Capability statement displaying the contractorbs ability to provide the services, to include past performance information.
If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought.

11.    The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.

If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used.
Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.

12.    Include any other supporting documentation.

13.    Comments or suggested changes to the Governments NAICS Determination

14.    Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project.

Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed ten (10) typewritten pages in no less than 12 font size.


Responses shall be emailed to William Spencer at william.p.spencer@navy.mil by 10AM EST on Thursday 29 March 2018. Again, this is not a Request for Proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued.

Attachments:

Attachment I b Draft Performance Work Statement

NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.

William Spencer
757-443-1391
William.p.spencerD@navy.mil

Dannetta Townsend
757-443-1417
dannetta.townsend@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP