Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2025 SAM #8739
SOURCES SOUGHT

99 -- SYNTHETIC SIGNATURE GENERATION (SSG) SUPPORT SERVICES

Notice Date
10/28/2025 6:47:29 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NSWC CARDEROCK BETHESDA MD 20817-5700 USA
 
ZIP Code
20817-5700
 
Solicitation Number
N00167-26-SSG
 
Response Due
12/1/2025 12:00:00 PM
 
Archive Date
12/16/2025
 
Point of Contact
Haylea Weidinger, Phone: 2405196427, Stephanie A. Carter, Phone: 2402713819
 
E-Mail Address
haylea.r.witz.civ@us.navy.mil, stephanie.a.carter51.civ@us.navy.mil
(haylea.r.witz.civ@us.navy.mil, stephanie.a.carter51.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL (RFP) - AWARD OF A CONTRACT WILL NOT BE MADE AS A RESULT OF THIS NOTICE. ADDITIONALLY, CONTRACTORS WILL NOT BE COMPENSATED FOR COSTS RELATED TO RESPONSE PREPARATION AND/OR SUBMITTAL. The Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division, (NSWCCD) has a follow-on requirement to provide scientific, engineering, and technical services required for the design, development, fabrication, integration, test, fleet implementation, and maintenance of Synthetic Signature Generation (SSG) based simulation systems. Included with this sources sought notice is a draft Statement of Work (SOW), draft personnel qualifications, draft Cyber Workforce Matrix (CWM) and a market research questionnaire for industry to review/complete. The draft SOW, draft personnel qualifications, Aand draft CWF are being provided to request comments and questions from potential offerors. The market research questionnaire is intended to assist the Government in determining the probability of small or large business prime contractors responding to a future RFP for this requirement. The Government anticipates making future decisions regarding the acquisition strategy based upon responses received from both small and large businesses that indicate an interest and demonstrate capability to perform the required effort. The Government's current acquisition strategy includes the following: Non-performance based services for CPFF CLINs; Cost only CLINs for Other Direct Costs (ODC) for material and travel; Best value trade-off source selection procedures; and Period of performance of five (5) years consisting of one (1) 60-month ordering period. The North American Industrial Classification System (NAICS) code is 541330, Engineering Services. For more information about size standards, please refer to http://www.sba.gov. The work is currently being performed under Contract N00167-22-D-0004 by Leidos, Inc. at 11951 Freedom Drive, Reston, VA 20190-5640. Interested parties/potential offerors are encouraged to respond to this notice with questions, comments, and completed questionnaires as soon as possible, but not later than 01 December 2025. In addition to identifying questions and comments regarding the draft SOW, draft CWF, and draft personnel qualifications, please complete the attached questionnaire to the best of your ability. All responses shall be submitted via email to Haylea Weidinger, Contract Specialist, at haylea.r.witz.civ@us.navy.mil. Please note that no Government response will be provided to questions/comments submitted in response to this notice and respondents will NOT be notified of the results of the market research questionnaire. All questions/comments will be reviewed by the Government to assist in identifying revisions to be incorporated in the draft SOW, draft CWF and draft personnel qualifications. All market research questionnaires will be reviewed and the information will assist the Government in finalizing its acquisition strategy, including a determination regarding the utilization of a small business set-aside. All information will be kept confidential and will not be disseminated to the public. This sources sought and market research questionnaire is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/efbaffc3059a4f579549273886fed673/view)
 
Place of Performance
Address: West Bethesda, MD, USA
Country: USA
 
Record
SN07630094-F 20251030/251028230038 (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.