Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 04, 2024 SAM #8104
SOURCES SOUGHT

D -- SLICwave maintenance and support

Notice Date
2/2/2024 11:31:47 AM
 
Notice Type
Sources Sought
 
NAICS
513210 —
 
Contracting Office
FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
 
ZIP Code
20670
 
Solicitation Number
N68520-24-R-0025
 
Response Due
2/8/2024 8:00:00 AM
 
Archive Date
02/23/2024
 
Point of Contact
Jeanette GAUTHIER, Phone: 3012471824, Meghan Huett
 
E-Mail Address
jeanette.gauthier.civ@us.navy.mil, meghan.e.huett.civ@us.navy.mil
(jeanette.gauthier.civ@us.navy.mil, meghan.e.huett.civ@us.navy.mil)
 
Description
INTRODUCTION The Commander Fleet Readiness Center (COMFRC) Naval Air Systems Command (NAVAIR) program requires maintenance, support, technical services and user training for previously procured SLICwave software licenses, for use in the Program Manager AIR (PMA) environment.��The requirement is to provide contractor software maintenance, technical services and training support for SLICwave, commercial off the shelf (COTS) software.� The software maintenance, technical services and training support are required to provide continued access to Maintenance Planning and Supportability Analysis for NAVAIR and Naval Sea Systems Command (NAVSEA) programs/activities in support of air vehicle, avionics, propulsion and power, Integrated Electronic Technical Manual (IETM) (H1000D) development, and related components and accessories. � SLICwave is the current enterprise tool used by Navy programs in support of Logistics Supportability Analysis (LSA). SLICwave is a life-cycle support information application containing GEIA-STD-0007B and MIL-STD-1388-2B data, used by artisans, engineers, logisticians and program management.� The tool is the repository for the GEIA-STD-0007B and MIL-STD-1388-2B data for the following enterprise platforms: C-2/E-2, TCTS, AV-8B, Tiger II, CASS, C/KC-130, H-53, ALR/67, F-18, ASE, T-45, H-1, FVL, P-8, T-700, H-60, MQ-4, and MQ-8.� The system provides the capability to produce standard GEIA-STD-0007B and MILSTD-1388-2B LSA reports in a human readable format and to develop ad hoc reports as necessary.�� This is a SOURCES SOUGHT to determine the availability and technical capability of Industry to provide the required services. The current requirement is set-aside for Small Business Concerns and is currently being performed under contract N00421-19-C0034 with Integrated Support Systems.��The results of this sources sought will be utilized for market research and acquisition strategy refinement purposes to include determining if small business set-aside opportunities exist. Attachments: DRAFT Statement of Work Estimated RFQ Release: March 2024 Estimated Award:����������� May 2024 Period of Performance: Base period of 12 months and four option periods of 12 months each Primary Work Location: 100% at contractors location for support Various locations for training to include Navy bases @ Cherry Point, NC; Patuxent River, MD; Lakehurst, NJ; North Island San Diego, CA; China Lake, NV; and Jacksonville, FL 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 SOURCES SOUGHT IS STRICTLY VOLUNTARY. CONTRACT TYPE The resultant contract will be a FFP contract. Current contract information N004119C0034 Cost plus Fixed Fee Incumbent � Integrated Support Systems, Inc. Small business set-aside ELIGIBILITY The anticipated NAICS code for this requirement is 513210 (Software Publishers) with a size standard of $38.5M. The anticipated product service code (PSC) is DA10 (IT and Telecom�Business Application/Application Development Software as a Service). SUBMISSION REQUIREMENTS The Government is inviting interested businesses to submit a response to this notice. It is requested that interested businesses submit a brief capabilities statement (no more than 5 pages, singles- spaced, 12-point font minimum, demonstrating the ability to perform the services presented in the attached SOW. The Capabilities Statement must address, at a minimum, the following: 1. The type of work your company previously performed in support of SLICwave as outlined in the draft SOW. 2. Authorization to resell and support SLICwave COTS. 3. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue, number and geographic office locations, CAGE code, and DUNs number. 4. Respondents to this notice also must indicate whether they qualify as an 8(a), Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. The capability statement package shall be sent by email to meghan.e.huett.civ@us.navy.mil and jeanette.gauthier.civ@us.navy.mil. Submissions must be received at the office cited no later than 11:00 a.m. Eastern Time on 8 February 2024. All responses must include the following information: Company name, Company address, CAGE Code, Company business size under NAICS 513210, point of contact name, phone number, and email address.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c440f7b7eea245ae808d02060766a313/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN06954061-F 20240204/240202230045 (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.