USNO External Cavity Diode Laser and Atomic Beam Ovens
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159511006629957 |
Posted Date: | Jan 10, 2024 |
Due Date: | Jan 25, 2024 |
Source: | https://sam.gov/opp/653e761613... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jan 10, 2024 03:57 pm EST
- Original Response Date: Jan 25, 2024 10:00 am EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Feb 09, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 6630 - CHEMICAL ANALYSIS INSTRUMENTS
-
NAICS Code:
- 334519 - Other Measuring and Controlling Device Manufacturing
-
Place of Performance:
Washington , DC 20392USA
UNITED STATES NAVAL OBSERVATORY REQUEST FOR INFORMATION
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 a seamless telecommunication infrastructure that supports the institutional missions of teaching, learning, research and developmental efforts for United States Naval Observatory (USNO) in Washington, DC. 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.
NAICS CODE:
The NAICS Code for this requirement is 334519, Other Measuring and Controlling Device Manufacturing, and the Size Standard is 600 employees.
BACKGROUND:
The Naval Supply System Command (NAVSUP), Fleet Logistics Center Norfolk (FLCN) is conducting market research to determine industry capability and interest to provide the following required services and supplies. The Contractor will provide subscription services to procure several hundred to one thousand subscriptions on behalf of the United States Naval Academy (USNA). The Contractor shall provide full-texted access to all periodicals and scholarly journals as noted. Further details are provided in the attached draft Statement of Work (SOW). The proposed procurement is a single award, Firm-fixed Price contract.
RFI SUBMISSION REQUIREMENTS:
Interested parties shall submit responses to this RFI. Responses should reference the RFI and shall
Include the following information in this format:
1. Company name, address, Point of Contact name, phone number, and email address.
2. Contractor and Government Entity (CAGE) Code and DUNS Number. Any government schedule
contract number.
3. Business size under NAICS.
4. Capability statement addressing your ability to support the scope of the requirement listed in this notice
and applicable attachments.
5. Describe any past performance efforts with a similar scope to the proposed requirement. Provide contract numbers, dollar value, and the period of performance for each contract referenced in the response
to this sources sought notice.
6. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can
be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be
subcontracted and if a small or large businesses will be used.
7. Provide questions, comments, or feedback regarding the draft PWS, planned contract type or any other
associated information.
8. Provide a Rough Order of Magnitude (ROM). The ROM shall include a total price for the effort,
including an explanation on how pricing will be calculated including subscription fees.
Documentation of technical expertise and experience must be presented in sufficient detail for the U.S.
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.
Listing/pricing information shall be submitted via Microsoft Excel Format. Technical submissions are not
to exceed five (5) typewritten pages in no less than 12 font. All technical questions and inquiries may be
submitted within the response.
Responses should be emailed to trumeka.c.king.civ@us.navy.mil by 10:00 am eastern standard time
(EST) on 25 January, 2024. 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.
- ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
- NORFOLK , VA 23511-3392
- USA
- Trumeka King
- trumeka.king@navy.mil
- Phone Number 7574431967
- Gil Dobison gilbert.k.dobison.civ@us.navy.mil
- gilbert.k.dobison.civ@us.navy.mil
- Phone Number 7574431380
- Jan 10, 2024 03:57 pm ESTSources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.