D--Cross Domain Solution Support Services

expired opportunity(Expired)
From: Federal Government(Federal)
N0018919QQ136

Basic Details

started - 19 Aug, 2019 (about 4 years ago)

Start Date

19 Aug, 2019 (about 4 years ago)
due - 23 Aug, 2019 (about 4 years ago)

Due Date

23 Aug, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
N0018919QQ136

Identifier

N0018919QQ136
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (709057)DEPT OF THE NAVY (156979)NAVSUP (79157)NAVSUP GLOBAL LOGISTICS SUPPORT (14329)NAVSUP FLC NORFOLK (5014)NAVSUP FLT LOG CTR NORFOLK (4986)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This announcement constitutes a Sources Sought for implementation and planning purposes. Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolkâ€TMs intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide High Speed Guard Sustainment Support Services as required by Naval Oceanography Operations Command (NOOC). The contractor shall provide project management and engineering support to maintain current Cross Domain Solution (CDS) systems and its Authority to Operate (ATO), Maintain security of operational CDS (Security patches), Adapt CDS to changing mission requirements (Changes to Filters or configuration) and provide training and guidance to CDS users as defined in the attached 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 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. The anticipated NAICS Code is 541519 – Other computer related services, and the size standard is $27.5M. The Government has not yet determined whether an existing strategic source vehicle will be used to satisfy this requirement. Respondents should provide their business size in the NAICS. Responses to this Sources Sought request should reference N00189-19-Q-Q136 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. Contract and Government Entity (CAGE) Code. 3. If the services can be solicited from a GSA Schedule, or a Strategic Source vehicle, provide the GSA contract number/Strategic Source vehicle number. 4. Size of business – Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Service Disabled Veterans-owned. 5. An estimated Rough Order of Magnitude (ROM) 6. A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System, Commercial and Government Entity, and Reps/Certs. 7. Capability statement displaying the contractorâ€TMs 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 the past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this source sought. 8. Include any other supporting documentation. 9. Comments or suggested changes to the Government NAICs Determination. 10. 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 in to exceed five (5) typewritten pages in no less than 12 font size. Responses should be emailed to Tammi Reasner at Tammi.reasner@navy.mil by 3:00 P.M. on August 23, 2019. 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 office synopsis/solicitation, if any issued. Attachments: Attachment 1 – Cross Domain Solution Support Services Draft PWS. 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 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 office synopsis/solicitation, if any issued.

Naval Oceanography Operations Command, 1002 Balch Blvd, Stennis Space Center, MSLocation

Place Of Performance : Naval Oceanography Operations Command, 1002 Balch Blvd, Stennis Space Center, MS 39522 US

Country : United States

You may also like

Online Proctoring Solution & Support Services

Due: 17 May, 2024 (in 17 days)Agency: Johnson County

Classification

NAISC: 541519 GSA CLASS CODE: D
naicsCode 541519Other Computer Related Services
pscCode DIT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS