Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
DOCUMENT

R -- Sources Sought Notice for Joint Force Development (JFD) operations support to the Joint Chiefs of Staff - Attachment

Notice Date
5/26/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
Solicitation Number
N0018917RJFD1
 
Response Due
6/9/2017
 
Archive Date
6/24/2017
 
Point of Contact
Mary Mezzatesta
 
E-Mail Address
ezzatesta@navy.mil
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE This announcement constitutes a Sources Sought Synopsis for market research information and planning purposes to identify the availability of potential sources capable of providing Joint Force Development (JFD) operations support to the Joint Chiefs of Staff (JCS or simply JS) and components of the JS. It is anticipated the preponderance of requirements will be generated by the Director J7, whose mission is to develop and enable trained, ready, and adaptable joint and coalition forces for the regional and functional Combatant Commanders. The emphasis will be towards the traditional Joint Force Development (JFD) operations support tasks required in simulated and/or real-world events (local, remote, distributed, live, virtual, and constructive; friendly, neutral, and threat forces). Refer to the attached draft Performance Work Statement (PWS) file entitled, N0018917RJFD1 PWS , which details the precise nine functional Joint Force Development task areas required by the Joint Staff. Similar services are currently performed under the competitively awarded Joint Force Development (JFD) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contracts: N00189-14-D-Z012 and N00189-14-D-Z014 through N00189-14-D-Z019, all of which are scheduled to expire on 30 April 2019. The results of this market research will contribute to determining the method of procurement for the follow-on acquisition, particularly with respect to the nine functional JFD task areas. Award of the resultant follow-on contract(s) is anticipated on or before the end of calendar year 2018, with services scheduled to commence by 01 May 2019. The applicable NAICS code and size standard are 541330 (Engineering Services) and $15 Million, respectively. Prospective offerors possessing the requisite skills, resources and capabilities necessary to perform the stated requirements attached hereto are invited to respond to this market research survey/sources sought synopsis via the submission of a tailored executive summary, no more than five (5) pages in length. The submission should include the following information and should reference N0018917RJFD1: 1. Company name; address; email address; web site address/URL; point of contact name; and phone number. Please also indicate if the identified prospective offeror would be performing in the capacity of a prime or subcontractor in support of the Joint Forces Development (JFD) procurement. If significant subcontracting or teaming is anticipated in order to demonstrate and deliver technical capability, prospective offerors should address the administrative and management structure of such arrangements. 2. Contractor and Government Entity (CAGE) Codes for all prime and subcontractor prospective offerors. 3. Size of business for all prime and subcontractor prospective offerors - Large Business, Small Business, Small Disadvantaged Business, 8(a), Hubzone, Woman-owned, Veteran-Owned, Service Disabled Veteran-owned, etc. 4. A tailored capability statement displaying the prospective offeror s ability to perform the JFD Performance Work Statement (PWS) requirements attached herein in support of JS, to include past performance information. When providing past performance information, please include only relevant past performance on the same/similar work within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; contract period of performance; description of the relevant services provided to include a brief description of the services performed; and a customer point of contact with corresponding telephone number and e-mail address. If subcontractor past performance is provided in order to demonstrate technical capability, the prospective offeror should clearly detail what aspects of the nine JFD PWS functional areas the subcontractor is supporting. All submissions are required to be submitted via e-mail to mary.mezzatesta@navy.mil no later than 1:00pm (local time/Philadelphia, PA) on Friday, 09 June 2017. Please direct any questions concerning this sources sought synopsis to Mary Mezzatesta via email or via phone at 215-697-9691. This announcement constitutes a sources sought synopsis for written information only and is not to be construed in any way as a commitment by the Government. This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement, nor will the Government pay for the information received in response to this announcement. Respondents will not be notified of the results. Please note the information contained within this sources sought synopsis will be updated and/or may change prior to issuance of an official Pre-Solicitation synopsis notice and subsequent solicitation. INDUSTRY DAY Prospective offerors are further advised that prior to release of the formal pre-solicitation synopsis notice and subsequent competitive follow-on solicitation, an Industry Day Event is scheduled for Saturday, 26 August 2017 at the U.S. Joint Staff Command in Suffolk, VA. This Industry Day is likewise intended for planning purposes and the further obtainment of market research information. Details regarding the Industry Day agenda and registration will be forthcoming. For now, prospective offerors are requested to identify their interest in participating in this Industry Day Event by identifying two (2) company representatives who will be granted access to the Joint Staff Library Reading Room. This Reading Room will be established for the posting of planning documents, such as joint training event schedules, draft Performance Work Statement (PWS) requirements, etc., to be accessed and reviewed by those organizations scheduled to be in attendance at the Industry Day Event. Identification of the Reading Room participants is likewise required to be submitted via e-mail to mary.mezzatesta@navy.mil no later than 1:00pm (local time/Philadelphia, PA) on Friday, 09 June 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018917RJFD1/listing.html)
 
Document(s)
Attachment
 
File Name: N0018917RJFD1_N0018917RJFD1_PWS.docx (https://www.neco.navy.mil/synopsis_file/N0018917RJFD1_N0018917RJFD1_PWS.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018917RJFD1_N0018917RJFD1_PWS.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04524611-W 20170528/170526235119-ef7dbc30253bd54f6c8891072a393cf0 (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.