Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2025 SAM #8629
SOURCES SOUGHT

R -- DLA Document Conversion (DOCON)

Notice Date
7/10/2025 9:53:32 AM
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
DCSO-P NEW CUMBERLAND NEW CUMBERLAND PA 17070-5059 USA
 
ZIP Code
17070-5059
 
Solicitation Number
SP7000-25-RFI-1039
 
Response Due
7/23/2025 1:00:00 PM
 
Archive Date
08/07/2025
 
Point of Contact
Megan Perzia, John Lingrel, Phone: 7177708694
 
E-Mail Address
megan.perzia@dla.mil, john.lingrel@dla.mil
(megan.perzia@dla.mil, john.lingrel@dla.mil)
 
Description
SP7000-25-RFI-1039 Addendum 1 This is a new requirement for Defense Logistics Agency, thus there are no previous contracts nor incumbents for the requirement. The Government will not respond to requests for additional information. Any and all questions and/or comments must be submitted on Attachment 4 � Question & Comment Form with the submission of a completed RFI package. This is a Request for Information (RFI)/Sources Sought only and in no way obligates the Government in an award of any contract. Any information submitted in response to this RFI is strictly voluntary. Currently, there is no solicitation package available. This RFI/Sources Sought is issued for the following purposes: Receive industry comment on the draft Performance Work Statement (PWS). Determine market interest, feasibility, and capability of sources. Identify capable small business concerns that can perform this requirement. Receive industry comment on Contract Line Item Number (CLIN) Structure. DLA Contracting Services Office (DCSO) � P New Cumberland seeks to identify qualified sources from industry to enter into multiple award, Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts or multiple FFP Blanket Purchase Agreements (BPA) with a total estimated combined maximum of up to $102.1 Million for off-site document conversion services of legacy document media into standard electronic files and media within the 50 United States, District of Columbia to include non-foreign Outside Continuous United States (OCONUS) locations Guam and Puerto Rico (See Attachment 1 for details). A response to this RFI/Sources Sought shall not be considered an adequate response to any forthcoming solicitation announcement. The Government WILL NOT provide a debriefing on the results of this RFI/Sources Sought. No reimbursement will be made for any costs associated with providing information in response to this RFI/Sources Sought notice or any follow-up information requests. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Attachments: Attachment 1 � Draft Performance Work Statement (PWS) Attachment 2 � Prospective Contract Line Item Number (CLIN) Structure Attachment 3 � Draft Technical Evaluation Factors Attachment 4 � Question & Comment Form Submission Requirements: Interested companies must demonstrate their ability to perform in accordance with the draft PWS by submitting a brief capabilities package no later than July 23, 2025. This package shall be no more than 10 pages, front and back, in length. At a minimum, the capabilities package should include the following: Company name, office location(s), Unique Entity ID, CAGE code, and POC information (Name, Title, Phone Number, and Email address). A statement identifying whether the company is a large business or small business and any other small business certifications held (i.e. WOSB, VOSB, etc�). Additionally, whether the company System for Award Management (SAM) account status is active. Relevant experience within the past three (3) years including the following: Contract number(s) Names of individuals responsible for the referenced contract(s)/project(s) Email addresses of the individuals responsible for the referenced contract(s)/project(s) If the company acted as a subcontractor, identify the specific work the company actually performed as the sub-contractor If the company does not have relevant experience, state �none� for relevant experience. If applicable, provide comments to the draft PWS.** If applicable, provide comments to the Technical Evaluation Factors.** If applicable, provide comments to the proposed CLIN structure.** **All questions and/or comments submitted in response to this RFI shall be submitted on Attachment 4 � Question & Comment Form Also, interested vendors shall answer the following questions: Backlog Work: DLA, immediately after any subsequent award if made, estimates awarding orders covering sixty (60) customers totaling two hundred twenty-five (225) million images needing processed. What are the capabilities of your company being able to successfully complete this workload within the PWS requirements? Noting, no additional time will be afforded to any interested vendor outside of the PWS requirements. Normal Monthly Work: DLA estimates awarding orders covering six (6) customers totaling twenty-five (25) million images per month needing processed throughout the sixty (60) month life of any subsequent award. What are the capabilities of your company being able to successfully complete this workload within the PWS requirements? Noting, no additional time will be afforded to any interested vendor outside of the PWS requirements. Upon review of the industry response to this RFI/Sources Sought, the Government will determine whether a set-aside acquisition is in the Government�s best interest. All responses shall be provided to both the following Government Points of Contact: Megan Perzia, Contract Specialist, Email: megan.perzia@dla.mil John Lingrel, Contracting Officer, Email: john.lingrel@dla.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/33a387ec726947b9a1080b6f9a10ee09/view)
 
Place of Performance
Address: New Cumberland, PA, USA
Country: USA
 
Record
SN07505863-F 20250712/250710230052 (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.