SOURCES SOUGHT
A -- Upgrades to Global Reconstruction and Acoustic Measurement Suite (GRAMS)
- Notice Date
- 12/20/2023 4:41:22 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-24-RFPREQ-PMA-264-0008
- Response Due
- 1/4/2024 2:00:00 PM
- Archive Date
- 01/19/2024
- Point of Contact
- David T. Guy, Gina Bailey
- E-Mail Address
-
david.t.guy.civ@us.navy.mil, gina.m.bailey10.civ@us.navy.mil
(david.t.guy.civ@us.navy.mil, gina.m.bailey10.civ@us.navy.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. 1.0 INTRODUCTION The Naval Air Systems Command (NAVAIR) Patuxent River, Maryland, Air Anti-Submarine Warfare Systems (ASW) Program Office (PMA-264) has a requirement for the continued development of the Global Reconstruction and Measurement System (GRAMS) product to expand the usability of the systems for future sensor systems that will also contain elements of sustaining the software baseline to correct deficiencies found during testing. The software will be capable of providing recommendations for enhanced mission planning and also be capable of deep dive acoustic analysis for the extraction of ACINT. The software upgrades will be capable of interacting with existing models, equipment, and databases without interference. This contemplated contract will also contain elements of sustaining the software baseline to correct deficiencies found during testing and use of the software. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities. The result of this market research will contribute to determining the method of procurement. Funding for design and development and non-recurring engineering will not be provided. The Government will not provide funding to a new business to enter the market for costs incurred to develop any of the requirements identified above. MSA is the incumbent to this contract, however other interested parties may identify their interest and capability for this requirement no later than the response date identified in this notice (15 calendar days). 2.0 BACKGROUND This requirement is a follow-on procurement to Basic Ordering Agreement (BOA), reference N00019-20-G-0003, currently being performed by MSA.� Individual Orders will be issued under this resultant BOA, which will provide terms and conditions as well as applicable clauses for any Orders issued. The existing BOA will expire on Q2 2025. The efforts identified herein were determined to be a small business set-aside for Service-Disabled Veteran-Owned Small business (SDVOSB). 3.0 REQUIRED CAPABILITIES Potential vendors must: Have the resources to manage the configuration baseline of the GRAMS Have the resources to continue the development of GRAMS Have familiarity with developing GRAMS 4.0 ELIGIBILITY 10 United States Code 4864, miscellaneous limitations on the procurement of goods other than United States goods, subsection (e). The North American Industry Classification System (NAICS) code for this requirement is 541511�Custom Computer Programming Services with a small business size standard of $34 million dollars. The product Service Code (PSC) for this requirement is AC13 National Defense R&D Services; Department of Defense � Military; Experimental Development.� All interested contractors must be registered in the System for Award Management (SAM) 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 to this notice. The Government will not reimburse participants for any expenses associated with their participation in this notice. 6.0 SUBMITTAL INFORMATION: It is requested that interested vendors submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating the capability to meet the requirements of this notice. Classified material shall not be submitted. �The response should include, but is not limited to, the following: A company profile to include Company name, business size under North America Industry Classification System (NAICS) Code 541511, office location(s), Point of Contact (POC) name, phone number, email address, Commercial And Government Entity (CAGE) code, and Unique Entity ID (UEI). Include a brief description of any applicable contracts relating to the supplies and/or services described herein. A description of your company's past experience and performance on similar production contracts. Include whether CPARS ratings are available. This description should address all current and prior experiences. Prior/current industry experience of similar size and scope as referenced in Section 3.0 �Required Capabilities�. Address the proposed management approach to staffing the effort with qualified personnel. Include corporate management policies, quality certifications, and the experience level of currently employed personnel to be assigned tasks under this effort. Provide a description of the company's ability to begin performance immediately upon contract award projected in FY 2024, to include a detailed plan and estimated schedule(s) of performance. �Include any deviation or impact, if applicable. Provide a description to show the company's ability to meet the Required Capabilities and Eligibility of this notice. Security: Statement regarding capability to obtain the required industrial security clearances for personnel. Statement regarding ability to meet the requirements in the Facility and Safeguarding requirements relevant to classified information. Include information on major subcontractors or suppliers to be used. Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Media: One (1) electronic copy is required and should be in Adobe PDF. Note that large files (>5MB) may not be receivable due to the Navy Marine Corps Intranet security. Means of Delivery: Submissions must be received no later than 17:00 (5:00 PM) on the Response Date (15 calendar days after the date of this notice). The capability statement package and/or questions or comments regarding this notice may be sent by email to David.t.guy.civ@us.navy.mil and gina.m.bailey10.civ@us.navy.mil. Primary Point of Contact: David Guy Contract Specialist David.t.guy.civ@us.navy.mil Secondary Point of Contact: Gina Bailey Procuring Contracting Officer gina.m.bailey10.civ@us.navy.mil Contracting Office Address: 47126 Buse Road, Building 2272 Patuxent River, Maryland 20670 United States 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 these Sources Sought
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d12eadbed29c4a93ade3cbd77181eb1a/view)
- Place of Performance
- Address: Patuxent River, MD 20670, USA
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN06918937-F 20231222/231220230049 (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 |