SOURCES SOUGHT
D -- Sources Sought Concerto Critical Chain Multi Project Management Software Maintenance and Support Services
- Notice Date
- 2/26/2026 8:56:00 AM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
- ZIP Code
- 20670
- Solicitation Number
- N68520-26-RFPREQ-F600000-0063
- Response Due
- 3/13/2026 1:00:00 PM
- Archive Date
- 03/28/2026
- Point of Contact
- Alyssa Wenger, Kalynn Jackson
- E-Mail Address
-
alyssa.m.wenger.civ@us.navy.mil, kalynn.r.jackson.civ@us.navy.mil
(alyssa.m.wenger.civ@us.navy.mil, kalynn.r.jackson.civ@us.navy.mil)
- Description
- 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 SOURCES SOUGHT IS STRICTLY VOLUNTARY. Sources Sought - Concerto Software Maintenance & Support INTRODUCTION: The Naval Air Systems Command (NAVAIR), Commander, Fleet Readiness Centers (COMFRC), Patuxent River, Maryland intends to procure Critical Chain multi-Project Management (CCPM) Software Maintenance and Support Services for major programs at Department of War (DoW) sites. Specifically, supported locations include those operating under the Navy�s Commander, Fleet Readiness Center (COMFRC) sites, and include FRC Southeast (Jacksonville, FL) and FRC Mid-Atlantic (Virginia Beach, VA). This contract encompasses support services necessary to maintain, deploy, and sustain the Concerto CCPM application at the existing Concerto sites, as well as to support any special projects involving these sites that may arise. Services shall include software maintenance and may also include implementation and training as required. This Concerto CCPM EAM Services serves as a follow-on to the current contract. This requirement is not subject to bundling or consolidation. For more detailed information regarding this requirement please email Contract Specialist, Alyssa Wenger, alyssa.m.wenger.civ@us.navy.mil, with company Cage Code and access will be granted to the following via DoD Safe. Draft Statement of Work (SOW) Attachment 1 The following dates are anticipated time frames associated with this requirement: Estimated Draft RFP Release: 2nd Quarter FY26 Estimated Award Date: 31 May 2026 Period of Performance (POP)/Offering Period: 01 JUN 2026 � 31 DEC 2031 (inclusive of FAR 52.217-8) Primary Work Location/Place of Performance: N/A - Approximately (100%) percent of work will be performed at Contractor site. However, there will also be temporary travel requirements at the individual sites in accordance with paragraph 3.1.5.1 Travel in the Draft SOW Attachment 1. This requirement is for remote software maintenance and support of the Concerto CCPM/EAM application. No physical place of performance or on?site contractor presence is required. ANTICIPATED CONTRACT TYPE: The Government is anticipating this follow-on contract to be a Firm Fixed Price (FFP) with CLINs for Direct Labor Ordering Period 1-5, Concerto FRCSE & FRCE Annl Maint - Lrg Site, associated Other Direct Costs (ODCs) and Contract Data Requirements List (CDRL) � in accordance with the Statement of Work (SOW) in Section C of the contract/solicitation. The incumbent contract information is as follows: Incumbent Contractor: REALIZATION TECHNOLOGIES, INC. Contract Number: N6852021C0002 Contract End Date: 31 MAY 2026 Contract Type: Firm Fixed Price (FFP) Previous Set-Aside Designation: N/A Number of FTEs on the contract: N/A SPECIAL REQUIREMENTS AND REQUIRED CAPABILITIES Any anticipated special requirements and required capabilities are detailed in Attachment 1, Draft SOW. This document details security clearance requirements for personnel, facility requirements, and any specific certifications that are required for the performance of this requirement. It is anticipated that any resultant contract will have the following specialist requirements and required capabilities: N/A ELIGIBILITY The Product Service Code (PSC) for this requirement is DA01 and the North American Industry Classification System (NAICS) Code is 513210. All interested contractors must be registered in the System for Award Management government website at www.sam.gov to be eligible for award of Government contracts. Only interested firms who possess the supplies and services provided in this notice and can meet these requirements are invited to respond. The Government will not reimburse participants for any expenses associated with their participation in this notice. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Small business primes may now 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 the clause deviation (FAR 52.219-14 Class Deviation 2021-O0008, Revision 1 dated 15 February 2023 at https://www.acquisition.gov/browse/index/far). To assist in our market research and determination of any applicable small business set-aside 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 & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS 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 Sources Sought Notice (SSN) in order to assist the Government�s capability determination. SUBMISSION INFORMATION Interested parties should address the following questions in their response. The responses to these questions will aid the Government in determining whether a company is capable of performing the requirement, so it is important to address these areas with sufficient and specific details to permit agency analysis to establish bona fide capability to meet requirements. If the company finds itself not capable of performing, please specify which portions it cannot accomplish. If the company is teaming or utilizing subcontracts, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor can accomplish the work. If your company has any questions about the requirement, please also identify those in the response. REQUESTED INFORMATION: It is requested that interested vendors submit to the contracting office a brief capabilities statement package demonstrating the ability to perform the services. Information provided should include specific technical skills your company possesses, which ensures capability to perform the tasks. This documentation must address, at a minimum, the following: Describe past or current Department of War (DoW) and/or commercial experience performing efforts of similar size and scope within the last five (5) years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current email and telephone number. Describe experience and capabilities regarding your company's ability to manage DoW tasks of this nature and size as it relates to the services described in Concerto�s Attachment 1 Draft SOW. Has your company managed a team of subcontractors before? If so, please provide details. Provide details on your intended management approach for meeting the requirements of a contract of this scope/complexity/magnitude. How will you staff this effort with qualified personnel? A description of your team with roles and responsibilities. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, Unique Entity Identifier (UEI), etc. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern under the NAICS code identified for this requirement. Please note that under the Small Business Set-aside, in accordance with FAR 52.219-14, Limitations on Subcontracting, the small business prime must perform at least 50% of the cost of contract performance. Small business primes may count first tier subcontracted work performed by similarly situated entities toward this 50% requirement. Offerors shall provide an explanation of their ability to perform at least 50% of the task for the base period and all option periods. If the Offeror intends to team with a similarly situated small business, the response must clearly identify all proposed team members and specify which portions of the work each team member will perform. Responses must be sufficiently detailed to allow the Government to determine whether the proposed team can collectively meet the 50% requirement in accordance with FAR 52.219-14 as modified by Class Deviation 2020O0008. IAW 52.219-14 Class Deviation 2021-O0008, Revision 1. In addition to the above, the Government is requesting feedback on the draft SOW. If there is any feedback on the SOW, please include that within the capabilities statement submission. Specific details are requested to help in supporting the feedback. This feedback DOES NOT count against the page limitations for the capabilities statement and should be submitted as a separate file at the same time as the capabilities statement submission. The Government may or may not reach back out to the companies to discuss the feedback in depth. Interested parties shall adhere to the following instructions for the submitting their capabilities statements: Page Limit and Format: Fifteen (15) 8.5 X 11inch pages in Times New Roman font of not less than 10 points Document Type: Microsoft Word or Adobe PDF. Delivery: Submission via email to Alyssa Wenger, Alyssa.M.Wenger.civ@us.navy.mil. Response date: Responses are due by 4:00PM EST on 13 March 2026. Classified Information: No classified information shall be submitted in response to this Sources Sought. Phone Calls: No phone calls will be accepted. All responses shall include Sources Sought Notice name/number, Company Name, Cage Code, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers, and email addresses. All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Any information or materials provided in response to this Sources Sought Notice WILL NOT be returned. Classified material SHALL NOT be submitted. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/38cd36203b7342f5b04c5d2fc754ff13/view)
- Place of Performance
- Address: Patuxent River, MD, USA
- Country: USA
- Country: USA
- Record
- SN07728878-F 20260228/260226230042 (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 |