This is a Sources Sought Notice (SS) for Market Research Only.
NAVSUP Fleet Logistics Center is issuing this SS Notice to determine the availability of potential sources to provide telecommunications service requirements necessary to support resident and tenant organizations within the area of responsibility (AOR) of the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT) Norfolk Virginia/Base Communications Office (BCO) Fort Worth, Texas as specified in the draft Performance Work Statement (PWS) during periods of peacetime, military exercise, natural disaster, and manmade conflict. As a part of its market research, Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville (FLCJ) is issuing this notice to determine the availability of contractors capable of fulfilling the government’s requirements. The Government may use the responses to this notice for information and planning purposes.
The notice does not constitute a request for proposal, request for quote, or invitation to bid. The intent of this notice is to identify potential offerors for market research and to determine whether to set-aside the requirement for SMALL BUSINESS.
NAICS: 517111. 1500 Employees.
PSC: DD01
A firm-fixed price contract is anticipated. Offerors possessing the necessary supplies in order to fulfill this requirement are invited to respond to this voice via the submission of a capability statement. Please restrict all responses to non-proprietary information. Capable offerors are also invited to submit feedback on their ability to provide stable fair and responsible price quotes, and any concerns about the use of a firm fixed price contract.
Submissions should include the following: (1) Company name, address, POC name, and phone number, fax number, email address; (2) Contractor CAGE code; (3) Small Business Designation; (4) Description of Services offered, in accordance with the attached PWS.
Submissions are not to exceed 3 pages in length. All technical questions and inquires may be submitted with the response and shall be prepared using Times New Roman font no larger than 12 points.
A cover page containing the company’s name, address, Cage code, UEI, years in business, affiliate information, parent company, joint venture partners, NAICS code 517111, Product Service Code DD01, business size/socio-economic status, Government business point-of-contract name, phone number, and email address.
RESPONSE REQUIRED - PLEASE PROVIDE A RESPONSE TO THE FOLLOWING QUESTION: This is a follow-on contract, and the incumbent contractor is 3 Links Technology LLC. What is the turnaround time that a new vendor would need in order to take over telecommunication services and have it ready by 01 August 2025?
All submissions are required to be submitted via email to Samonica Crider at Samonica.c.crider.civ@us.navy.mil no later than 1:00 PM EST on 22 April 2025.
Disclaimer and Important Note. This does not obligate the Government to award to a contact or otherwise pay for the information provided in response.
The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine organizations qualifications to provide the required supplies. The respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.