Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2025 SAM #8607
SOURCES SOUGHT

T -- Sources Sought Notice for Visual Information Support Services (VISS)

Notice Date
6/18/2025 1:33:02 PM
 
Notice Type
Sources Sought
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N61340-25-SSN-VISS
 
Response Due
7/11/2025 2:00:00 PM
 
Archive Date
07/26/2025
 
Point of Contact
Kristen Hill, Anjuli Stabile
 
E-Mail Address
kristen.e.hill2.civ@us.navy.mil, anjuli.m.stabile.civ@us.navy.mil
(kristen.e.hill2.civ@us.navy.mil, anjuli.m.stabile.civ@us.navy.mil)
 
Description
SOURCES SOUGHT FOR VISUAL INFORMATIOM SUPPORT SERVICE (VISS) PROGRAM BACKGROUND: The Naval Air Warfare Center Training Systems Division (NAWCTSD) has a requirement for services in support of its Visual Information Support Services (VISS) program. Services are for the creation, production, and delivery of high-quality graphic design, photography, audiovisual, and video teleconferencing support for official missions, events and communication needs The program provides technical and visual information services to NAWCTSD, the U.S. Army Program Executive for Simulation, Training and Instrumentation (PEO STRI), the Air Force Agency for Modeling and Simulation (AFAMS), Program Manager for Training Systems (PM TRASYS), Partnership I through V, and other Federal, State and Local agencies located in the Research Parkway. Occasional offsite support for activities such as conferences and command events will also be required. SCOPE: The scope includes but is not limited to the following tasks: The contractor shall provide personnel and technical expertise necessary to perform a full range of visual information services to include Audiovisual Technologies Group and Illustration/Graphics Production. Please see attached Draft Performance Work Statement (PWS) for details. PLACE OF PERFORMANCE: Work will be performed at Naval Air Warfare Center Training Systems Division (NAWCTSD) and leased spaces within Research Park Orlando, FL. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS): This requirement is non-commercial action under North American Classification (NAICS) code 541430, Graphic Design Services. The size standard is $9 million. The applicable Product Service Code (PSC) is T001 (Photo/Map/Print/Publication - Arts/Graphics). ANTICIPATED RFP DATE: EST 05 September 2025. REQUESTED RESPONSE: Interested parties are requested to submit the following: 1. A brief synopsis of your firm�s interest in and demonstrated capability to perform the Government�s intended work (no greater than 5 pages). Please include: a. Information about your company (CAGE code and Unique Entity ID) b. Identify if your company is considered small under the size standard associated with the chosen NAICS code. c. Identify your company�s socio-economic status [i.e., WOSB, EDWOSB, SDVOSB, HUBZone, or 8(a)]. d. Please address if your company is interested in participating as a Prime or Subcontractor. If interested in the Prime contractor role and plan on subcontracting to other companies in order to deliver technical capability, please provide details on exactly which tasks will be assigned to those Subcontractors; in addition, provide the names of those anticipated Subcontractors, and list the anticipated percentage of small business subcontracting. e. Describe your approach for managing day-to-day operations to ensure effective execution and oversight of this contract. Explain if you specialize in traditional, in person, face-to-face customer services, or if you leverage technical solutions for operations and customer services (service management tools, knowledge bases, etc.). f. Other contract vehicles the Government should consider for this requirement for which your firm is an awardee [e.g., GSA Schedules, Government Wide Acquisition Contracts (GWACs) such as such as OASIS+, 8(a) STARS III, etc.). 2. Please provide 3 previous contracts (federal or DoD preferred) in which your firm applied new technologies into digital media and Artificial Intelligence (AI). Additionally, provide examples of AI tools being used to develop digital media, including transcripts, video editing, digital maintenance, etc. (no greater than 7 pages). 3. Interested parties should submit a Rough Order of Magnitude (ROM) identifying a suggested contract line item scheme that estimates pricing for each item. No solicitation documents exist at this time (no page limit). Responses and questions are requested to be sent via email to Kristen Hill at kristen.e.hill2.civ@us.navy.mil and Anjuli Stabile at anjuli.m.stabile.civ@us.navy.mil. Provide responses no later than 5 PM Eastern, 11 July 2025. The Government will use the responses to the Sources Sought Notice (SSN) to make an informed decision concerning the strategy it will pursue to meet its objectives and, if the Government elects to proceed with a procurement, to structure the solicitation to maximize commercial sector interest. Reference contract N6134020F0187 in association with CAGE Code 1UHT3. LIMITATION ON SUBCONTRACTING: If you are a small business interested in being the Prime Contractor for this effort, please be advised that the FAR 52.219-14, �Limitations on Subcontracting,� Class Deviation 2021-O0008, Revision 1, is now in effect which includes the definition of �Similarly Situated Entity� and provides a methodology for the 50% calculation for compliance with the clause. Small business primes may count �first-tier subcontracted� work performed by Similarly Situated Entities as if it were performed by the prime itself. Please read the full text of Class Deviation 2021-O0008, Revision 1 - Limitations on Subcontracting for Small Business, dated 15 February 2023, at [https://www.acq.osd.mil/dpap/policy/policyvault/USA000277-23-DPC.pdf]. To assist in our market research and determination for this effort, if you are a small business interested in priming this effort and plan to utilize �Similarly Situated Entities� to meet the Limitations on Subcontracting, please identify the name, Unique Entity ID, and CAGE Code of the specific company(s) you intend to partner/subcontract with to meet the requirements as well as their small business size status under the NAICS Code that you as the prime would assign for their workshare. Information regarding any planned �Similarly Situated Entity� should be included in answering any questions outlined in the SSN in order to assist the Government�s capability determination. DISCLAIMER: This SSN 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 SSN is strictly voluntary.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2f08d4d42df24f59ba9518c584b920b1/view)
 
Place of Performance
Address: Orlando, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN07483272-F 20250620/250618230339 (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.