Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2021 SAM #7098
SOURCES SOUGHT

D -- Operations and Maintenance and Research, Development, Testing and Evaluation support for the Joint Staff, J7, Joint Theater Level Simulation Global Operations.

Notice Date
5/6/2021 6:25:12 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018921RJTLS
 
Response Due
5/13/2021 12:00:00 AM
 
Archive Date
05/27/2021
 
Point of Contact
Marisol Latoison 215-697-2001 Marisol Latoison marisol.latoison@navy.mil
 
E-Mail Address
marisol.latoison@navy.mil
(marisol.latoison@navy.mil)
 
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 operation and maintenance of, and technical and engineering support for the Joint Staff, J7, Joint Theater Level Simulation-Global Operations (JTLS-GO). This effort includes research, development, test, and evaluation support to JS J7 in developing the Joint Training Synthetic Environment (JTSE) Joint Live, Virtual and Constructive (JLVC) modeling and simulation training capability. Refer to the attached draft Performance Work Statement (PWS) file entitled, �N0018921RJTLS PWS�. Similar services are currently performed under a sole source, Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Contract, N0018917DZ058, which is scheduled to expire on 29 September 2021. The results of this market research will contribute to determining the method of procurement for the follow-on acquisition, particularly with respect to the type of contract. Award of the resultant follow-on contract is anticipated on or before the beginning of September 2021, with services scheduled to commence by 30 September 2021. The applicable NAICS code and size standard are 541511 (Custom Computer Programming Services) and $30.0 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 N0018921RJTLS. 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 JTLS 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 JTLS 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 PWS the subcontractor is supporting. It is also requested interested firms address the following: Would your firm be able to propose a firm, fixed-price for the services detailed in the PWS, based solely on the information detailed in the PWS (i.e. if no estimated level of effort or estimated magnitude was provided in a solicitation)? If your firm would not be able to propose a firm, fixed-price, what information would be necessary to allow your firm to propose a firm, fixed-price? Feedback on contract type is also welcomed. All submissions must be received by 5PM EST on 13 May 2021. Responses to the Sources Sought are required to be provided by email to Ms. Marisol Latoison at email address marisol.latoison@navy.mil. 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 formal solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/36b51802de2c4123b1139edb4fd70c1c/view)
 
Place of Performance
Address: Joint Staff J7 (JS J7)/Deputy Director Joint Training (DD JT), Suffolk, VA, USA
Country: USA
 
Record
SN05994550-F 20210508/210506230120 (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.