Skip to main content

An official website of the United States government

You have 2 new alerts

WOUNDED WARRIOR COMMERCIAL INTERNET

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)
  • Original Published Date: Apr 08, 2024 09:55 am PDT
  • Original Response Date: Apr 12, 2024 01:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 27, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    San Diego , CA 92134
    USA

Description

Sources Sought/Request for Information (RFI) 

The United States Marine Corps (USMC) Regional Contracting Office (RCO), Marine Corps Installations (MCI) West at Marine Corp Base (MCB) Camp Pendleton, CA is requesting information as detailed below. 

SYNOPSIS:  

The RCO MCI-West is issuing this Request for Information (RFI)/Sources Sought (SS) as a means of conducting market research to determine if there are a sufficient number of qualified businesses interested in, and capable of providing commercial internet service. This service will be utilized by the Wounded Warrior Battalion. These services shall be performed on site at the following location:  

 Naval Medical Center San Diego

34425 Farenholt Avenue, Bldg. 26, 3rd deck, Rm 317-M.

The result of this market research will contribute to determining the method of procurement in accordance with FAR Part 12 (Acquisition of Commercial Items). The Government will also use the information gathered through this RFI/SS to determine the best acquisition strategy for this requirement (set-aside or full and open, etc.).  The Government is interested in all potential sources including Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc.  

The North American Industry Classification Standard (NAICS) code selected is 517111 (Wired Telecommunications Carriers) The maximum size standard for this NACIS code to be considered small business is 1,500 employees. NAICS code compliance will be checked if/when proposals are submitted.  Quotes/Proposals are not to be submitted at this time.   

Scope of Work: 

See attached DRAFT Statement of Work (SOW).  

Potential offerors are invited to provide feedback to the draft SOW and responses to RFI items # 1 & 2 below. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition.  

Responses to Request for Information: 

Contractors are reminded that this is a REQUEST FOR INFORMATION and IS NOT A REQUEST FOR PROPOSAL/BID/QUOTE. Responses to this notice shall not constitute responses to solicitation, which is not currently available. The Government will not pay for the information submitted in response to this RFI. Telephone inquiries will not be accepted or acknowledged, and respondents will not be notified of the results of any Government assessments.   

It is requested that interested businesses submit to the contracting office a brief capabilities statement.  

The capabilities statement must clearly detail the firm's ability to perform all aspects of this notice and must include the following:  

  1. Company Profile to include:  
  1. Organization name, address, email address, web site address, telephone number  
  1. Size and type of organization, number of employees, office locations if multiple 
  1. SAM Unique Entity ID 
  1. CAGE code 
  1. Statement regarding the socio-economic status of the company (8a, HUBZone, SDVOSB, etc.) based on the above identified NAICS. 
  1. Any certifications with regards to the claimed socio-economic status 

  1. Relevant/Recent Experience to include:  
  1. Relevant Experience in performing efforts of similar size and scope. 
  1. Recent Experience - within the last five (5) years. 
  1. Please include a brief description of the project, contract number, contract value, and an agency point of contact to include name, email, and current telephone number. 

The information received will be utilized to assist in formulating the acquisition.  All responses will be treated as proprietary.   

Market research responses received after the time and date specified will be determined to be late and may not be considered.  Information and materials submitted in response to this request are strictly voluntary and WILL NOT be returned. 

Disclaimer: This Sources Sought/RFI is issued solely for informational and planning purposes. This is not a Request for Quote (RFQ) or Request for Proposal (RFP) to be submitted. It does not constitute a solicitation or a commitment by the Government to issue a solicitation in the future. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement.  

THE DEADLINE FOR RECEIPT OF SUBMISSIONS IS 12 April 2024 by 1300 PST.  

All submissions must have the corresponding subject line M00084452218 Capabilities Statement Response and must be in Microsoft Word or PDF formats. 

All submissions must be sent via e-mail to gary.lane@usmc.mil .   

Primary Point of Contact: 

Gary Lane, Procurement Agent 

Regional Contracting Office MCI-WEST 

Camp Pendleton, CA 

Email: mailto:gary.lane@usmc.mil  

Contact Information

Primary Point of Contact

Secondary Point of Contact





History