SOURCES SOUGHT
B -- IT Acoustic Database Support AND Acoustics & Geoacoustic Databasing & Processing
- Notice Date
- 7/27/2020 1:56:33 PM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- NAVAL OCEANOGRAPHIC OFFICE STENNIS SPACE CENTER MS 39522-5001 USA
- ZIP Code
- 39522-5001
- Solicitation Number
- N6230620PR119NV
- Response Due
- 8/3/2020 2:00:00 PM
- Archive Date
- 08/18/2020
- Point of Contact
- Zahrah Maynard, Phone: 228.688.4137
- E-Mail Address
-
zahrah.maynard@navy.mil
(zahrah.maynard@navy.mil)
- Description
- NAVOCEANO, located at Stennis Space Center, Mississippi is conducting Market Research for various technical support to include, oceanographic, acoustic, logistic, and electronic support for the theater Anti-Submarine Warfare (ASW) scientific and technical services. This is not a solicitation, but rather a Request for Information/Sources Sought to identify parties having an interest in and the resources to support this requirement for planning purposes only. See attached Draft PWS for details. This is a complex action that requires multiple services for specific and highly skilled personnel. Although, only one NAICS may be designated to the contract, for the purpose of this inquiry we are revealing multiple NAICS that are applicable to more clearly classify the complexities of the requirement for potential vendors. For example, acoustics and geoacoustic databasing and processing is a very small/specific skill set that is difficult to fit in one classification, but the personnel should be capable of taskings like data mining and documentation writing that fall under the broader NAICS, such as 541511 (below). Skills highlighted in the PWS are indicative of a highly experienced mathematician/physicist/geologist or even a specific type oceanographer.� Other applicable NAICS are the 541330 (below), which satisfies the geologic component of the requirement. The subsets of it, such as 541512, meet the IT requirements, and 541360, Geophysical Surveying and Mapping Service, meet the acoustical engineering consulting and acoustical system engineering design services requirement. The potential applicable North American Industry Classification System (NAICS) codes that may be assigned to this procurement are listed below, beginning with the NAICS Code that is labeled on this notice: NAICS 541511, Custom Computer Programming Services. This U.S. industry comprises establishments primarily engaged in writing, modifying, testing, and supporting software to meet the needs of a particular customer. Cross-References. Establishments primarily engaged in� Software design, development, and publishing, or software publishing only--are classified in Industry 511210, Software Publishers; and Planning and designing computer systems that integrate computer hardware, software, and communication technologies, even though such establishments may provide custom software as an integral part of their services--are classified in U.S. Industry 541512, Computer Systems Design Services. NAICS 541330,�Engineering Services. This industry comprises establishments primarily engaged in applying physical laws and principles of engineering in the design, development, and utilization of machines, materials, instruments, structures, processes, and systems. The assignments undertaken by these establishments may involve any of the following activities: provision of advice, preparation of feasibility studies, preparation of preliminary and final plans and designs, provision of technical services during the construction or installation phase, inspection and evaluation of engineering projects, and related services.� Illustrative Examples:�Acoustical engineering consulting services, Acoustical system engineering design services. Cross-References. Establishments primarily engaged in� Planning and designing computer systems that integrate computer hardware, software, and communication technologies--are classified in U.S. Industry 541512, Computer Systems Design Services; Performing surveying and mapping services of the surface of the earth, including the sea floor--are classified in Industry 541370, Surveying and Mapping (except Geophysical) Services; Gathering, interpreting, and mapping geophysical data--are classified in Industry 541360, Geophysical Surveying and Mapping Services; Creating and developing designs and specifications that optimize the use, value, and appearance of products--are classified in Industry 541420, Industrial Design Services; Providing advice and assistance to others on environmental issues, such as the control of environmental contamination from pollutants, toxic substances, and hazardous materials--are classified in Industry 541620, Environmental Consulting Services; and Both the design and construction of buildings, highways, and other structures or in managing construction projects--are classified in Sector 23, Construction, according to the type of project. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If your organization has the potential capacity to perform these contract services, please provide the following information: A cover page with your legal business name, address, point of contact information, Contractor Unique Entity Identifier, NAICS and Cage Code Numbers. A synopsis of your company's capabilities to provide acoustic and logistic support services for this initiative. A statement of Small Business category and size standard or statement of Large Business. A statement if your company is domestically or foreign-owned (if foreign, please indicate the country of ownership). A statement addressing your company�s capability to begin performance on 28 September 2020. Rough Order of Magnitude or Statement of average pricing. Please mark all correspondence with correspondent N6230620_EDI code. Please submit responses to NAVO_STNS_CONTRACTS@nmci-isf.com with a copy to Zahrah Maynard at zahrah.maynard@navy.mil. Please also provide responses to the following: A statement addressing your company�s current Facility Level Clearance. A statement indicating your intent as a prime contractor or a subcontractor. A statement indicating if you are anticipating a teaming arrangement or joint venture and with whom. A statement whether you consider the requirements commercial services (see FAR 2 definitions). If so, which definition. A statement indicating if your company has established catalog or market prices for this requirement and online availability. A statement describing your standard warranty and return process for goods and services furnished to the Government for items similar in nature to this requirement. If the PWS is not clear and concise regarding the duties and responsibilities the Government expects the contractor to perform, please identify the specific section of the PWS that requires further clarification and what information may be needed. If your company identifies any areas in the PWS that present unacceptable risks, please provide detailed information. List your most recent (within 3 years) and relevant Department of Defense (DoD) or commercial contracts (not to exceed five) Include brief description that demonstrates competence in this requirement. Point of Contact (POC) Name, Telephone #, and email address Contract Value Type of contract Period of Performance
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/800d9d855b334e20a9a88ca68fb61eb7/view)
- Place of Performance
- Address: Stennis Space Center, MS 39522, USA
- Zip Code: 39522
- Country: USA
- Zip Code: 39522
- Record
- SN05735175-F 20200729/200727230138 (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 |