Virginia Bids > Bid Detail

MFD Requirement

Agency:
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159115073116841
Posted Date: Feb 21, 2024
Due Date: Feb 29, 2024
Source: https://sam.gov/opp/c8bae35fe4...
Follow
MFD Requirement
Active
Contract Opportunity
Notice ID
N0018924PMFD
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC NORFOLK
Office
NAVSUP FLT LOG CTR NORFOLK
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 21, 2024 11:09 am EST
  • Original Response Date: Feb 29, 2024 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: W074 - LEASE OR RENTAL OF EQUIPMENT- OFFICE MACHINES, TEXT PROCESSING SYSTEMS, AND VISIBLE RECORD EQUIPMENT
  • NAICS Code:
    • 532420 - Office Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Norfolk , VA 23551
    USA
Description

Request for Information (RFI)/Sources Sought Notice:

This is a Request for Information (RFI)/Sources Sought Notice in accordance with Federal Acquisition Regulation (FAR) 52.215-3 – Request for Information or Solicitation for Planning Purposes (OCT 1997). It constitutes neither a Request for Proposal nor an Invitation for Bid. It does not restrict the Government to an ultimate acquisition approach. This RFI/Sources Sought Notice IS NOT A SOLICITATION or an expression of intent to issue a solicitation of any kind in the future. It should not be construed as a commitment by the Government for any purpose other than to gain the information requested. Interested parties are encouraged to respond to this RFI/Sources Sought Notice. The Government will not pay for information, materials, and/or demonstrations received in response and is in no way obligated to respondents by or for any information received.

BACKGROUND, SCOPE, AND CAPABILITY REQUIREMENTS:



U.S. Fleet Forces Command requires the leasing of NMCI-certified and/or JWICS-certified Multi-Functional Devices (MFD) (i.e. copying/printing/scanning/faxing equipment) and single function printers to support mission accomplishment. To accomplish this objective, the contractor shall provide equipment and support services.



The anticipated contract type is a Firm-Fixed-Price.





This is follow-on to the contract N0018920P0035 awarded to OMNI BUSINESS SYSTEMS-FAX PLUS, INC..





The anticipated period of performance is a twelve (12)-month base for performance from 01 January 2025 through 31 December 2025, with four (4) 12-month options, to continue through 31 December 2029.

The applicable North American Industry Classification System (NAICS) and Product and Service Code (PSC) for this requirement are 532420, Office Machinery and Equipment Rental and Leasing $40.0 million and PSC code W074 - Lease or Rental of Equipment—Office Machines, Text Processing Systems, and Visible Record Equipment. Again, THIS IS NOT A REQUEST FOR PROPOSAL. This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses both small and large. If you are an interested business, FLCN would appreciate your assistance in providing a Statement of Capabilities to include the following:



1) Full business name

2) Cage code and Duns Number of business

3) Name, phone number, and e-mail address of a company representative the Government may contact for additional information

4) Size of business [based on the applicable NAICS code]

5) Statement as to whether business is actively registered in the System for Award Management (www.beta.sam.gov)

6) Statement as to whether business is domestically or foreign owned (if foreign owned, please indicate country of ownership)

7) The offeror shall provide proof and verification that it possesses a current Secret facilities clearance level. The proof/verification shall be in the form of Defense Counterintelligence and Security Agency (DCSA) verification certifying it possesses a current Secret Facilities Clearance. The submission shall include the following: CAGE code, Facility name, Physical location/facility, Clearance status/level, Status date/Issue date, Safeguarding level, Authorized access to, Facilities clearance level limitation(s), Facility security officer and phone number, and DSS field office location and phone number. The verification shall be dated within 30 days of the RFI closing date.



8) Recent and relevant experience. Describe ability to support the scope of the requirement(s) of sections 3, 4, and 5 of the Performance Work Statement. Include brief description(s) of any prior experiences that best illustrates your company’s qualifications related to performing the services in accordance with the PWS.



If there is sufficient demonstrated interest and capability among small business contractors, 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% of the effort, as defined in FAR 52.219-14, Limitations on Subcontracting. If it is determined 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 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage.



**Submissions are to be no more than 6 pages and no less than 12 point font. **





Responses should be emailed to nadia.misa.civ@us.navy.mil and lorna.d.mohney.civ@us.navy by Thursday, February 29, 2024 at 10AM.





All requests for further information must be made in writing via email. Telephone requests for additional information will not be honored. All questions and answers regarding this RFI/Sources Sought Notice will be posted as updates to this notice.

Disclaimer:

This is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. The Navy will not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee cost in response to this notice is not considered an allowable direct charge to the Government.


Attachments/Links
Contact Information
Contracting Office Address
  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 21, 2024 11:09 am 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.

Start Free Trial Today >