Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
SOURCES SOUGHT

D -- Information Management/Information Technology Support Services (IMITSS) - Sources Sought Attachment

Notice Date
12/15/2016
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893617R0009
 
Archive Date
6/15/2017
 
Point of Contact
Aron DeMarco, Phone: 760-939-8896, Scott Hansen, Phone: 760-939-8295
 
E-Mail Address
aron.demarco@navy.mil, scott.c.hansen@navy.mil
(aron.demarco@navy.mil, scott.c.hansen@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
(1) INTRODUCTION AND PURPOSE: The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 541512 for Computer Systems Design Services which has a corresponding size standard of $27.5 M for revenues. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources. No solicitation is currently available and as such this is not a request for proposal and in no way obligates the Government to award any contract. A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published. (2) PROGRAM DESCRIPTION: This requirement is to provide services required in order for the IT/IM Department to meet its mission and the ultimate end goal of ensuring that the Naval Air Warfare Center Weapons Division (NAWCWD) IT infrastructure, tools, applications, etc. are compliant with current and future DoD regulations, are continually operational and functioning to meet the end user's needs and requirements, and are being modified on a continual basis to account for new and changing technologies and to combat against new and existing IT threats. These services sustain the research, development, test and evaluation (RDT&E) and business/administrative functions of the NAWCWD, primarily China Lake and Point Mugu, CA but may include other locations. Specifically, the contract provides the management oversight, contract processes and services to be rendered for the IT/IM Department in the following areas: (1) IT/IM Product Service Delivery Mechanisms, (2) Software Engineering, and 3) Server Support Services. (3) REQUIRED CAPABILITIES: See SOW (4) PLACE OF PERFORMANCE: This requirement is expected to primarily take place at Government Installations at China Lake, CA, Point Mugu, CA, and contractor facilities in Ridgecrest, CA. (5) CONTRACT TYPE: The contract type is anticipated to be a Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Cost Reimbursable Other Direct Costs (ODCs) CLINS for five (years). The anticipated start date is April 2018. (6) SPECIAL REQUIREMENTS: Not Applicable. (7) ADDITIONAL INFORMATION: Not Applicable. (8) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N68936-17-R-0009 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. Contractor responses shall also include the following information: a) A reference to the solicitation number N68936-17-R-0009 and brief title of this announcement; b) Company name and address; c) Company's point of contact name, phone, fax, and e-mail; d) Declaration as to whether a U.S. or foreign company; e) Company size (Small or Large according to the identified NAICS and size standard identified), f) If your company is a Small Business, specify if your company is each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. g) Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners, h) A brief capabilities statement package (no more than 5 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above. i) An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; and j) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government's consideration and evaluation of the information submitted. Questions and comments are highly encouraged. The results of the sources sought may also be utilized used to determine if any Small Business Set-Aside opportunities exists using NAICS Code 541512 with a small business size standard of $27.5 M. All Small Business Set-Aside categories will be considered. Vendors should appropriately mark any data that is proprietary or has restricted data rights. Responses shall be submitted by e-mail to the point(s) of contact listed below or mailed to the Contracting Office Address listed below no later than 30 days from this notice date. The solicitation or Request for Proposal (RFP) will be posted on the FEDBIZOPPS website at http://www.fbo.gov/ on or about (insert date). All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/. Disclaimer THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access CUI. See the DLIS website for registration details at: http://www.dlis.dla.mil/jcp/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/18704a8561aee0e3ac46410a7e2d79d1)
 
Record
SN04353006-W 20161217/161215234627-18704a8561aee0e3ac46410a7e2d79d1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.