Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2020 SAM #6733
SOURCES SOUGHT

R -- Modification to Predictive Decision Analysis Services (PDA) Contract N00421-16-D-0012

Notice Date
5/4/2020 9:26:34 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-16-D-0012
 
Response Due
5/19/2020 10:00:00 AM
 
Archive Date
06/03/2020
 
Point of Contact
Robert Myers, Phone: 2405870517
 
E-Mail Address
Rob.myers@navy.mil
(Rob.myers@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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION Request for Information (RFI): The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD issues this Sources Sought Notice as a means of conducting market research to identify interested parties for this requirement. This Sources Sought Notice focuses on identifying capabilities in the market place and resources to support this requirement, as well as obtaining related technical information for the procurement of the products and services listed below. Any businesses are requested to respond to this RFI.� The result of this market research will contribute to determining what method of procurement is warranted. REQUIREMENT: The Naval Air Warfare Center Aircraft Division (NAWCAD), located at the Naval Air Station Patuxent River, MD intends to increase the ceiling to an existing IDIQ contract N00421-16-D-0012 on a sole source basis to Lone Star Aerospace for Predictive Decision Analysis (PDA) Modeling Support.� Lone Star Aerospace is the only known company that is capable of meeting the Government requirement by providing a Predicative Decision Analysis tool of integrating a sophisticated version of Bayesian Inference with Monte Carol analysis in a single highly-scalable device, facilitating a Delphi-like process which allows groups to consider multiple �what if� benefits and consequences in real time, and quantitatively ranking all potential outcome options in terms of the areas of greatest potential.� Lone Star Aerospace is the sole designer, developer, and manufacturer of the Predictive Decision Analysis Models and is the only known qualified, responsible source that possesses the necessary knowledge, experience, and technical data required to fulfill the Government�s minimum requirement as specified herein. Place of Performance: USA SUBMISSION DETAILS Requested information: The Government requests the following information from parties interested in responding to this Sources Sought Notice. Interested businesses should submit a brief capabilities statement package that shall address, at a minimum, the following items: �a.)��� Company Name, Address, CAGE Code, DUNS; �b.)��� Responses Point of Contact name, telephone number, email address, and website URL; �c.)��� Tailored information describing company capabilities, resources, experience that demonstrate an ability to provide the items described above; �d.)��� Business Size, Special Size Sub-Category, and Type of Ownership for the Company; �e.)��� Feedback and questions regarding the feasibility or challenges for providing the items described above. �f.)��� The company�s ability to deliver the Predictive Decision Analysis (PDA) Modeling Support not later than 15 June 2020.� The Government does not own the technical data for these models. Submission Instructions: Interested parties who consider themselves qualified to provide the above-listed items should respond to this Sources Sought Notice, Responses are required to be received no later than� 19 May 2020,�1 pm (1300) Eastern Standard Time. Interested businesses are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 12 pitch. Telephone inquiries will not be accepted or acknowledged, and all feedback will be provided to companies regarding their submissions to this RFI. Please be advised that all submissions become Government property and will not be returned.� Following the date of response submission, the Government may contact respondents to seek clarification of submitted information. � All responses to this Sources Sought Notice shall be electronically submitted to Robert Myers in either Microsoft Word or Portable Document Format (PDF) via e-mail at rob.myers@navy.mil. The Government WILL NOT PAY for any information received in response to the Sources Sought Notice nor will the Government compensate respondents for any cost incurred in developing information for, participating in meetings with, or engaging in discussions with the Government. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Additionally, any cost incurred by interested companies in response to this announcement are NOT considered allowable direct charges to other contracts or tasking. Proprietary and Limited Distribution: Proprietary information and trade secrets, if any, must be clearly marked on all materials.� It is incumbent upon parties providing responses to this Sources Sought Notice to identify all data contained within that is proprietary or has limited distribution requirements. All information marked as proprietary information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. � HISTORY: This follow-on IDIQ contract N00421-16-D-0012 was awarded as a Sole Source to Lone Star Aerospace, Inc. on 9 August 2016.� The contract has a five-year ordering period from 9 August 2016 � 8 August 2021.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2ba992fedf264a3f81ff4e6d6669dca5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05645082-F 20200506/200504230155 (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.