R408 - plan, organize, and execute an Architecture Design Ideas Limited Open Competition (U.S. only)

expired opportunity(Expired)
From: Federal Government(Federal)
N001892NHHCSS

Basic Details

started - 05 Apr, 2022 (about 2 years ago)

Start Date

05 Apr, 2022 (about 2 years ago)
due - 14 Apr, 2022 (about 2 years ago)

Due Date

14 Apr, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
N001892NHHCSS

Identifier

N001892NHHCSS
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE NAVY (156349)NAVSUP (78767)NAVSUP GLOBAL LOGISTICS SUPPORT (14285)NAVSUP FLC NORFOLK (5000)NAVSUP FLT LOG CTR NORFOLK (4972)

Attachments (1)

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.

Naval History and Heritage Command Sources Sought Notice Request for Information (RFI)/Sources Sought Notice Description Sources sought for information and planning purposes to identify qualified and experienced sources for an anticipated Firm Fixed Price (FFP), Single Award, contract action under NAICS code 541618 Other Management Consulting Services with a size standard of $16.5M. This proposed contract vehicle shall provide services to plan, organize, and execute an Architecture Design Ideas Limited Open Competition (U.S. only), for the new National Museum of the U.S. Navy (NMUSN) Campus to be located on Southeast Federal Center (SEFC) in Washington, DC. Subject to FAR Clause 52.215-3, entitled Solicitation for Information of Planning Purpose, this announcement constitutes a sources sought synopsis for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. This sources sought notice 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 Fleet Logistics Center Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive a contract vehicle that will provide support services for: Naval History and Heritage Command, National Museum of the United States Navy (NMUSN). The period of performance for this anticipated contract includes a one (1) 8-month base contract with the ability to extend services for an additional six-months in accordance with FAR 52.217-8. Please see the attached draft Performance Work Statement (PWS). Reponses to this Sources Sought request shall reference the Sources Sought number 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. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. 4. If the items/services can be obtained from an existing Government contract vehicle, to include GSA or SeaPort-NxG, provide the applicable contract number. 5. Capability statement displaying the contractor’s ability to provide the minimum requirements 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. 6. Provide questions, comments, or feedback regarding the draft PWS, planned contract type or any other associated information. 7. 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 business subcontractor will be used. 8. The Government is determining the acquisition strategy for this potential acquisition. If any potential 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 percent of the effort, as defined in FAR clause 52.219-14. If the Government determines 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 will be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide the 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. 9. Please address the following in your response. Documentation of qualifications must be presented in sufficient detail for the Government to determine that your company possesses the necessary capabilities contained in this notice. a. Contractor’s ability to provide the required services referenced in the attached Performance Work Statement. b. Estimated time required to submit a proposal involving the following evaluation factors: technical, past performance and price. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise, qualifications, and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed seven 7 typewritten pages in no less than 12 font. Responses should be emailed to david.w.crouch@navy.mil and david.w.crouch3.civ@us.navy.mil by 3:00 pm on April 14, 2022. Again, this is not a request for a proposal. Respondents will not be notified of the results and the Government is not required to answer any questions submitted in regards to this sources sought notice. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any. 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 Sources Sought Request for Information 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  USALocation

Place Of Performance : ATTENTION CODE 301 1968 GILBERT STREET SUITE 600 NORFOLK , VA 23511-3392 USA

Country : United StatesState : Virginia

Classification

naicsCode 541618Other Management Consulting Services
pscCode R408Program Management/Support Services