Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2023 SAM #8030
SOURCES SOUGHT

R -- LEGISLATIVE AND REGULATORY MONITORING

Notice Date
11/20/2023 11:03:18 AM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
NAVFAC SYSTEMS AND EXP WARFARE CTR PORT HUENEME CA 93043-4301 USA
 
ZIP Code
93043-4301
 
Solicitation Number
ACQR6001767
 
Response Due
12/4/2023 3:00:00 PM
 
Archive Date
12/19/2023
 
Point of Contact
Maira Tomas, Phone: 8059825234, Nicole Mendes, Phone: 8059823993
 
E-Mail Address
maira.a.tomas.civ@us.navy.mil, nicole.m.mendes2.civ@us.navy.mil
(maira.a.tomas.civ@us.navy.mil, nicole.m.mendes2.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE FOR LEGISLATIVE AND REGULATORY MONITORING This is a SOURCES SOUGHT NOTICE, a Market Survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), Port Hueneme, CA is seeking sources for State level legislative and regulatory monitoring services covering proposed state-level environmental and energy related actions to assist DOD in early identification of proposals which may have an impact on Department of Defense operations. The principal recipients of the monitoring information are Regional Environmental Coordinators Offices within the Army, Air Force, Navy, Marine Corps. There are approximately 20 regional office locations and approximately 150 personnel who would require access to the information. Monitoring of environmental regulatory proposals will include proposed and recently finalized regulations, rules, and general permits. Monitoring of environmental legislative proposals will include bills, resolutions, etc. and recently enacted laws. DOD seeks reporting on topics relating to air pollution, water pollution, drinking water quality, solid and hazardous waste management, resource conservation, recycling, water conservation, energy conservation, noise pollution, protection of cultural and natural resources, land use planning, energy facility siting, hazardous materials transportation, toxic substances control, site remediation, spill contingency planning, worker health and safety, sustainability, environmental policy act programs. All interested sources should respond with brief documentation showing the company�s ability to fulfill the requirements described below. The specific information the NAVFAC EXWC seeks at this time is: 1) Name and brief description of company. Briefly (less than 3 pages) summarize your company�s corporate history, level of experience with state regulatory process, with state legislative process, how you obtain regulatory information, how you obtain legislative information, the scope (jurisdictions) of your current coverage, and general familiarity with U.S. environmental laws and regulations. 2) Capability and pertinent experience. All interested Offerors should respond with a Capability Statement that succinctly describes the Contractor�s experience and knowledge to effectively execute this requirement. As a minimum, the capabilities statement should address the following: a. Briefly (less than 3 pages) summarize relevant information technology capabilities such as any currently available website features and capabilities or other available information formats that assist clients in retrieval, receipt, or management of information. b. Indicate whether you offer the capability for full text searching of proposed state or regional regulations and legislation. c. Indicate whether your services include focused assistance in retrieving information that fits a client�s profile of interests. d. Indicate whether your services also include preparation of synopses of legislative or regulatory items, or in-depth reporting on subject areas or analysis of specific impacts. All interested parties should specify their Business Size Standard. In addition, Small Business concerns must identify their small business socio-economic categories when submitting their capabilities statement. It is anticipated that the primary North American Industry Classification System (NAICS) Code for this requirement is 561990, All Other Information Services, with a Size Standard of $16.5 million. NOTE: Only information provided in the written Capability Statement shall be considered. If adequate responses are not received from 8(a), HUBZone, or Service-Disabled Veteran-Owned Business (SDVOSB), the acquisition may be solicited as Small Business Set-Aside. All information received shall be used by the Navy to facilitate the decision making process. Since this is a Sources Sought announcement, no debrief, evaluation letters, and/or results shall be issued to participants. No reimbursement shall be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice shall not be construed as a commitment by the Government for any purpose other than the market research. Respondents shall not be notified with the results of the research. All data in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. After review of the responses, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published on System for Award Management (SAM). No telephone calls shall be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the integrity of a future procurement, if any, that may arise from this announcement, the information regarding the technical point of contact shall not be provided, and appointments for presentations will not be made. Please respond to this Source Sought Announcement by 04 December 2023 at 1500 Pacific Standard Time, to marian.c.basa.civ@us.navy.mil Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. NOTE 1: All Contractors soliciting a federal contract award must be registered in the System for Award Management (SAM) at the following website: https://www.sam.gov/portal/public/SAM/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3ad4e43a32a143d1901065582bb1a81b/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN06890798-F 20231122/231120230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.