CDMSupport-FY25 – USCG Configuration Data Manager and Provisioning Support

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: Maryland
Type of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Posted: Apr 11, 2024
Due: Apr 26, 2024
Solicitation No: 70Z08524-S-CDMSupport-FY25
Publication URL: To access bid details, please log in.
Follow
CDMSupport-FY25 – USCG Configuration Data Manager and Provisioning Support
Active
Contract Opportunity
Notice ID
70Z08524-S-CDMSupport-FY25
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 2(00085)
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 11, 2024 11:07 am EDT
  • Original Response Date: Apr 26, 2024 01:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Baltimore , MD
    USA
Description

70Z08524-S-CDMSupport-FY25 – USCG Configuration Data Manager and Provisioning Support



SOURCES SOUGHT NOTICE



USCG Configuration Data Manager and Provisioning Support



This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items/services suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action.





The USCG anticipates awarding a contract for the procurement of Configuration Data Manager (CDM) and Provisioning Support.





REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center Long Range Enforcer Product Line, Baltimore MD to identify sources capable of providing the following:





SCOPE OF WORK:



The Surface Forces Logistic Center (SFLC) Long Range Enforcer (LRE) Product Line (PL) provides Hull, Mechanical, and Electrical (HM&E) logistical support for 282’ WMEC, 399’ WAGB, 418’ WMSL, 420’ WAGB, and 460’ PS Cutters. This procurement requires (2) Full Time Equivalent (FTE) contracted employees to provide Configuration Data Management (CDM) support, (2) Full Time Equivalent (FTE) contracted employees to provide Provisioning support, (1) Full Time Equivalent (FTE) contracted employee to provide Data Analyst support, and (1) Full Time Equivalent (FTE) contracted employee to provide CDM/Provisioning Team Lead support services. The contractor shall also provide up to (2) additional optional FTE CDMs and (2) additional optional FTE Provisioners at the government’s request.





ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be: FY25-FY29





ANTICIPATED PLACE OF PERFORMANCE: Baltimore, Maryland





ANTICIPATED NAICS CODE/SIDE STANDARD: The applicable North American Industrial Classification Code (NAICS) is 541330 – Engineering Services. The Business Size Standard is $25.5 Million Dollars.





SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via email to Ms. Lavon Lewis, lavon.m.lewis@uscg.mil with the Subject line: “SSN CDM FY25” no later than 1:00 PM on April 26, 2024, Eastern Standard Time (EST) with the following information/documentation:






  1. Name of Company, Address, and Unique Entity Identification Number (UEID)

  2. Point of Contact, E-Mail Address, and Phone Number

  3. Business Size and applicable to the NAICS Code

  4. 8(a) Small Business Concern

  5. HubZone Small Business Concern

  6. Service-Disabled Veteran-Owned Small Business (SDVOSB) Concern

  7. Veteran-Owned Small Business (VOSB) Concern

  8. Economically Disadvantaged Woman-Owned Small Business (EDWOSB) Concern

  9. Woman-Owned Small Business (WOSB) Concern

  10. Small Business ConcernLarge Business Concern



11. Documentation Verifying Small Business Certification



12. Statement: Statement on how you company will complete the work items and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice.



13. Past Performance Information: Evidence of experience in work in similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and point of contacts to include e-mail addresses and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant.





SAM: Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling the Federal Service Desk (FSD) at 1-866-606-8220.



Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when deciding on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. 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. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Currently no solicitation exists; therefore, do not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on the SAM.gov website, formerly Federal Business Opportunities (FedBizOpps). It is the potential offeror's responsibility to monitor the SAM.gov website for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.




Attachments/Links
Contact Information
Contracting Office Address
  • COAST GUARD ISLAND, BLDG 50-7
  • ALAMEDA , CA 94501
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 11, 2024 11:07 am EDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow BIG IP renewal Active Contract Opportunity Notice ID N0042124Q0035 Related Notice Department/Ind.

Federal Agency

Bid Due: 11/22/2024

Follow BPA Semiconductor & Related Device Manufacturing Active Contract Opportunity Notice ID N0017424SN0015

Federal Agency

Bid Due: 11/11/2028

Follow BPA - HAND TOOLS PSC 5110, 5120, 5130 Active Contract Opportunity Notice

Federal Agency

Bid Due: 11/11/2028

Follow BPA - Bolt, Nut, Screw, Rivet & Washer Manufacturing PSC 5305,5306,5307,5310,5315,5320,5325,5330,5331,5335,5340,5342,5345,5350,5355,5360,5365 Active

Federal Agency

Bid Due: 11/11/2028

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.