COST OF CAPITAL

Agency: DEPT OF DEFENSE
State: Virginia
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159449432143400
Posted Date: Apr 4, 2024
Due Date: May 4, 2024
Solicitation No: N6247024R0060B
Source: Members Only
Follow
COST OF CAPITAL
Active
Contract Opportunity
Notice ID
N6247024R0060B
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Office
NAVFACSYSCOM ATLANTIC
Looking for contract opportunity help?

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).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 04, 2024 08:36 am EDT
  • Original Response Date: May 04, 2024 12:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R408 - SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Norfolk , VA 23508
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP).



This market research tool is being issued for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Systems Command (NAVFAC), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. This announcement is for information and planning purposes to determine the availability of sources prior to issuing the RFP. This is not a solicitation, but a Sources Sought only.



NAVFAC Atlantic is seeking to identify ALL (both other than small and small business) capable of providing professional services and associated data pertaining to Cost of Capital in accordance with the Statement of Work included herein.



The North American Industry System Classification code is 541990, All Other Professional, Scientific, and Technical Services, the small business size standard is $19.5 Million. The Government is contemplating the award of a Single Labor-Hour Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with provisions for Firm Fixed-Priced task orders. The duration of the contract is anticipated to be for a one (1) year base period and will include two one-year option periods.



A response to this sources sought synopsis will not be considered an adequate response to any forth coming solicitation announcement. However, information gathered through this Market Research/RFI may significantly influence RFP development. A response to this sources sought synopsis will not result in your firm’s name being added to a plan holder’s list to receive a copy of a solicitation.



Responses to this Sources Sought Notice should reference N6247024R0060B 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; Company size standard and/or socio-economic standing; i.e. Large business, small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or woman-owned small business.

  3. A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System (DUNS), CAGE, Reps/Certs, and registration under applicable NAICS. In order to receive an award from any resultant solicitation should one be issued, the successful offeror must be registered and active in the System for Award Management (SAM).

  4. Capability statement displaying the contractor’s 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, period of performance and POC information for each contract referenced in the response to this sources sought.




  1. Include any other supporting documentation.

  2. Detailed information in narrative form demonstrating how your firm would meet the requirements of Limitations on Subcontracting, FAR Clause 52.219-14 and accomplish at least 50 percent of the cost of contract performance incurred for personnel. Ensure response is specific to the work described herein and provide estimated percentages of what work your firm would accomplish for the effort. Identify subcontracting, joint ventures or teaming arrangements that will be pursued, if any.

  3. Please provide additional information that you feel relevant to the request for information.



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 accomplish the tasks provided and possibly 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, excluding numbers 1, 2, 3, and 5 above.



Responses should be emailed to Lilibeth Colorado at lilibeth.g.colorado2.civ@us.navy.mil and no later than 12:00 PM Eastern Standard Time (EST), 4 May 2024.



NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFEROR’S OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THE MARKET RESEARCH MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN THE PWS.





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. 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.












Attachments/Links
Contact Information
Contracting Office Address
  • 6506 HAMPTON BLVD
  • NORFOLK , VA 23508-1278
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 04, 2024 08:36 am EDTSources 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.

Start Free Trial Today >