Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOURCES SOUGHT

D -- Fleet Numerical Meteorology and Oceanography Center Navy Ocean Sound Speed Prediction (NOSSP) Ocean Modeling System and Forecasting Critical Documentation Support

Notice Date
5/25/2023 12:50:36 PM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018923RR030
 
Response Due
6/8/2023 1:00:00 PM
 
Point of Contact
deborah thoman, Phone: 717-605-3522
 
E-Mail Address
deborah.j.thoman.civ@us.navy.mil
(deborah.j.thoman.civ@us.navy.mil)
 
Description
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN) Mechanicsburg Contracting Office is performing market research on behalf of The Fleet Numerical Meteorology and Oceanography Center (FLENUMMETOCCEN) to identify capable resources that can provide contractor support services (CSS). The purpose of this form is to allow industry the opportunity to identify themselves with regard to interest and technical capability.� Background The Fleet Numerical Meteorology and Oceanography Center (FLENUMMETOCCEN), under the direction of the Commander, Naval Meteorology and Oceanography Command (METOC), has the mission to collect, interpret, and apply global atmospheric and oceanographic data and information in support of strategic and tactical warfare and peace-keeping initiatives. Located in Monterey, CA, and at Stennis Space Center, MS, FLENUMMETOCCEN runs regularly scheduled numerical predictions of the global atmosphere and ocean. FLENUMMETOCCEN consists of supercomputer systems that run the numerical atmospheric/oceanographic models and other systems, including clusters, which provide data communications, pre- and post- processing, derived applications, and web services. METOC products are then distributed either directly to customers, including active warfighters, or to regional centers and made available to Department of Defense (DOD) activities worldwide. FLENUMMETOCCEN operates a sophisticated suite of numerical environmental models and customer product applications that exploit all levels of High Performance Computing (HPC). The systems that comprise FLENUMMETOCCEN's computing suite are called the Primary Oceanographic Prediction System-Meteorology (POPS-Met).FLENUMMETOCCEN processes the world's most complete database of oceanographic and atmospheric observations assimilated several times daily into global and regional METOC models. The (FLENUMMETOCCEN), under the direction of the Commander, Naval Meteorology and Oceanography Command, runs regularly scheduled numerical predictions of the global atmosphere and ocean.� Located in Monterey, CA, and at Stennis Space Center, MS, FLENUMMETOCCEN products are distributed directly to Department of Defense (DOD) activities worldwide. The Navy Ocean Sound Speed Prediction (NOSSP) Ocean modeling system, Rapid Ocean Atmosphere Modeling Environment-Relocatable (ROAMER) model management system and Navy Ocean Forecasting Tools (NOFT) provide on-demand, multiresolution Numerical Ocean Prediction (NOP) capability.� The organization requiring the services outlined in the Performance Work Statement (PWS) is FLENUMMETOCCEN, 7 Grace Hopper Avenue, Stop 1, and Monterey, CA 93943-5501 Description of Supplies/Services See attached draft PWS for specific requirements. The contractor shall support documentation of NOSSP and Ocean Forecasting application software and processes and ensure this documentation is accurate and complete. Period of Performance This requirement is for a 12-month base year with up to four 12-month option periods. The Base Period of Performance is 9/29/2023 � 9/28/2024. Place of Performance The primary place of performance for up to one contractor at any one time shall be on-site at the FLENUMMETOCCEN facility located at 1002 Balch Blvd, Stennis Space Center, MS 39522. Additional contractors will have to work off site in contractor provided spaces. NAICS Code The NAICS Code for this requirement is 541512 � Computer Systems Design Services with a Size Standard at $30.0 Million. The PSC Code is DA01- IT and Telecom � Business Application/Application Development Support Services (Labor) Request for Statements of Capability (SOC) Interested parties who believe they have the capability to perform as a prime contractor in support of this effort must submit a Statement of Technical Capabilities (SOC) that includes the following information: General Information - Personnel/Size Standard, Company Name, Mailing Address, Point of Contact and Telephone Numbers, Business Size Classification, Small or Other than Small Business. Technical Capabilities - The SOC must address technical experience and demonstrate the ability to provide the required services, as mentioned in the �Description of Services� section and requirements in the attached PWS. Include experience-specific work previously performed relevant to this effort to include responses to the following questions: 1.�������� Relevant past performance on same/similar work dating back 5 years (work completed within past five years) and your company�s capacity to perform the type of work. 2.�������� Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition as specified in the PWS. 3.�������� Provide a pricing estimate that we could expect to see for the required services in support of our budget development. 4.�������� Could you support this effort through an existing contract vehicle? If so, provide contract number. Any Government Wide Acquisition Contract and/or GSA Contract. 5.�������� Provide a suggested NAICS code based on the attached PWS. Small Business Consideration Small Business firms with the capability to perform this requirement are encouraged to participate. Additional Information The proposed procurement is a single award, Firm Fixed Price (FFP) contract. The FFP of this requirement will be based on the monthly rate charged for the services as described in the PWS. Oral communications are not acceptable in response to this notice. The SOC will be evaluated solely for the purpose of determining the respondent�s ability to meet the government�s requirements as described above. A determination not to compete this proposed effort on a full and open competition basis is based upon responses to this notice and is solely within the discretion of the Government. The Government will use the SOC to help determine the interest and ability of qualified sources in the marketplace. This announcement is for information and planning purposes only. It does not constitute a RFP and is not to be construed as a commitment by the Government. The Government will not pay any cost associated with the submittal of information solicited herein. The SOC and all related communications that contain proprietary information should be marked as such. Standard company brochures will not be reviewed. Submissions are not to exceed three standard typewritten pages. Font; Times New Roman and Size; 12. Historical Information: The current contractor providing the services is Peraton, Inc. under 47QTCK18D0030, Task Order N0018922FR193. Responses shall be submitted to the NAVSUP Fleet Logistics Center Norfolk-Mechanicsburg Detachment; point of contact is Contract Specialist Deborah Thoman. Submit any questions for this RFI directly to Deborah at deborah.j.thoman.civ@us.navy.mil. RFI responses are to be submitted by 5:00PM Eastern Standard Time, Thursday, June 8, 2023.� Disclaimer and Notes: NAVSUP FLC Norfolk will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e386a2f0e0d94f39a34e8fd885af6c5e/view)
 
Place of Performance
Address: Stennis Space Center, MS 39522, USA
Zip Code: 39522
Country: USA
 
Record
SN06695463-F 20230527/230525230119 (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  © 1994-2020, Loren Data Corp.