Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 08, 2020 SAM #6888
SOURCES SOUGHT

R -- MISSION PLANNING AND DISPATCH SUPPORT SERVICES

Notice Date
10/6/2020 6:15:02 AM
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018921QZ001
 
Response Due
10/19/2020 12:00:00 AM
 
Archive Date
10/20/2020
 
Point of Contact
JOSEPH CALTAGIRONE 215-697-9687 JOSEPH.CALTAGIRONE@NAVY.MIL
 
E-Mail Address
joseph.caltagirone@navy.mil
(joseph.caltagirone@navy.mil)
 
Awardee
null
 
Description
This is a Request for Information (RFI)/Sources Sought (SS) synopsis issued by Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Philadelphia Office on behalf of Commander, Naval Air Force Reserve (CNAFR). CNAFR has a requirement for Mission Planning and Dispatch Support Services. This support consists of software and web-based applications that allow aircraft pilots access to maps, charts, weather, intelligence and aircraft performance data for use in developing mission planning navigation solutions such as routes, approaches, terminal procedures, communications setting, flight/mission calculations (fuel and leg times,) and other pertinent aircraft operational data. This support may include visual software or web-based tools and applications optimized for specific aircraft roles, and the automation of the computations associated with aircraft specific flight/mission planning. Once the mission planning information has been generated, it can be printed for kneeboards or strip charts, or alternatively written on to a data storage device or for transfer to aircraft systems navigation system, or saved on a laptop. This support may also include functions to transmit and receive flight/mission information via satellite datalink communications, either at the commencement of a flight/mission, or as real time updates throughout a flight/mission. This support may also be used for post-flight/mission debriefing. The purpose of this notice is an opportunity to obtain Industry feedback and/or suggestions to be included on a future Performance Work Statement (PWS) � see attached draft PWS. The goal is to utilize that feedback in the enhancement and improvement of the final PWS, and solicitation that will be developed as a result. Industry is also requested to provide suggestions as to the best way they feel the government can evaluate potential quoters � a technical response will be a part of any new requirement resulting from this notice, and any Industry ideas and insights along these lines would be greatly appreciated. Lastly, industry is requested to provide any ideas as to how competition can be enhanced. Reponses may cover any topic considered important, and are not restricted to the suggested topics herein. A single firm, fixed price (FFP) purchase order is anticipated that will consist of a one-year performance period beginning on 01 December 2020 and continuing through 30 November 2021. ? The anticipated North American Industrial Classification System (NAICS) code for the proposed acquisition is: 518210 ? The anticipated Product Service Code (PSC)/Federal Supply Code (FSC) for the proposed acquisition is: R499 Firms possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this notice via the submission of an executive summary. Submissions are not to exceed five (5) typewritten pages in no less than 12 font size. In addition to the executive summary, industry feedback to the draft PWS is requested � all comments/ideas will be considered, although any questions/comments/ideas will not be responded to directly. The goal of such feedback is to consider suggestions that might enhance competition, improve the clarity of the requirement, or leverage industry expertise, as well as any other ideas that could result in an exceptional services. The submission should include the following information: 1. Company name, address, and point of contact with corresponding phone number and e-mail address; 2. DUNS number, Cage Code, business size and classification � NOTE: Also, identify if your organization is registered in System for Award Management (SAM) and currently active; and 3. Capability statement displaying the contractor�s ability to provide the services outlined in the draft PWS. Standard brochures and/or paraphrasing of this notice will not be considered sufficient to demonstrate the capabilities of an interested party. The Government will consider and analyze all information received; formal responses will not be furnished; however, the information may be utilized in the development of a final PWS and/or solicitation. This is NOT a notice of solicitation issue. This RFI/SS does not constitute a solicitation, nor does this issuance restrict the Government�s acquisition approach. Responses should be submitted to NAVSUP FLC Norfolk Contracting Department, Philadelphia Office � Mr. Joseph Caltagirone, via email: joseph.caltagirone@navy.mil. Responses should be submitted no later than 1700 (EST) on 19 October 2020. No facsimile responses will be accepted. The Government will neither award a contract solely on the basis of this RFI/SS nor will it reimburse for any costs associated with preparing or submitting a response to this notice. If return of submission is required, indicate address to which materials are to be returned with submittal. It is incumbent upon the interested parties to review the BETA SAM website (https://beta.sam.gov/) and the Navy Electronic Commerce Online (NECO) website (http://www.neco.navy.mil/) for updates to this RFI/SS. Refer all questions concerning this notice to Mr. Joseph Caltagirone, via email: joseph.caltagirone@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d864924e05a04d58adf03e933f154218/view)
 
Record
SN05819982-F 20201008/201006230141 (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.