Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2024 SAM #8298
SOURCES SOUGHT

R -- USNO Precise Time & Astromony Workflow Svcs

Notice Date
8/14/2024 7:03:46 PM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018924USNOPTASVCS
 
Response Due
8/21/2024 9:00:00 AM
 
Archive Date
09/05/2024
 
Point of Contact
Caitlin King
 
E-Mail Address
caitlin.d.king2.civ@us.navy.mil
(caitlin.d.king2.civ@us.navy.mil)
 
Description
INTRODUCTION This is a Request for Information (RFI)/Sources Sought Notice in accordance with Federal Acquisition Regulation (FAR) 52.215-3 � Request for Information or Solicitation for Planning Purposes (OCT 1997). It constitutes neither a Request for Proposal nor an Invitation for Bid. It does not restrict the Government to an ultimate acquisition approach. This RFI/Sources Sought Notice IS NOT A SOLICITATION or an expression of intent to issue a solicitation of any kind in the future. It should not be construed as a commitment by the Government for any purpose other than to gain the information requested. Interested parties are encouraged to respond to this RFI/Sources Sought Notice. The Government will not pay for information, materials, and/or demonstrations received in response and is in no way obligated to respondents by or for any information received. SCOPE The United States Naval Observatory (USNO) is responsible for the production and dissemination of Precise Time, Astrometry, and Earth Orientation Parameters (EOP) to the Department of Defense (DoD) and Intelligence Community (IC) for use in navigation under DoD Instruction (DoDI) 4650.06.� This mission includes development and dissemination of Precise Time and Astrometry data products to the DoD.� USNO requires workflow development expertise to organize, optimize and manage the processes involved in in obtaining accurate time measurements and precise celestial observations. USNO requires expertise in workflow management techniques to streamline operations, minimize errors, and maximize efficiency throughout the entire process chain, from research and development to the final dissemination of precise time and positional information across five functional areas. This is a new requirement. It is intended to award a firm, fixed-price, indefinite delivery, indefinite quantity (IDIQ) type contract. The anticipated period of performance is a twelve (12)-month base for performance from 16 September 2024 through 15 September 2025, with three (3) 12-month options, to continue through 15 September 2028. All contractors will be required to obtain and uphold a Secret Clearance.� Some positions will require up to Top Secret Security Clearances with SCI tickets (TS//SCI clearance). Clearance requirements will be specified in individual task orders.� PLACE OF PERFORMANCE The planning and support for the completion of these tasks will be performed at USNO in Washington, DC. REQUIRED CAPABILITIES The applicable North American Industry Classification System (NAICS) for this requirement is 541990 �All other Professional, Scientific and Technical Services� and the applicable PSC Code is R405, Support- Professional: Operations Research/quantitative Analysis. Again, THIS IS NOT A REQUEST FOR PROPOSAL. This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses both small and large. If you are an interested business, FLCN would appreciate your assistance in providing a Statement of Capabilities to include the following: 1) Full business name 2) Cage code and Duns Number of business 3) Name, phone number, and e-mail address of a company representative the Government may contact for additional information 4) Size of business [based on the applicable NAICS code] 5) Statement as to whether business is actively registered in the System for Award Management (www.beta.sam.gov) 6) Statement as to whether business is domestically or foreign owned (if foreign owned, please indicate country of ownership) 7) The offeror shall provide proof and verification that it possesses a current Secret facilities clearance level. The proof/verification shall be in the form of Defense Counterintelligence and Security Agency (DCSA) verification certifying it possesses a current Top Secret Facilities Clearance. The submission shall include the following: CAGE code, Facility name, Physical location/facility, Clearance status/level, Status date/Issue date, Safeguarding level, Authorized access to, Facilities clearance level limitation(s), Facility security officer and phone number, and DSS field office location and phone number. The verification shall be dated within 30 days of the RFI closing date. 8) Recent and relevant experience. Describe ability to support the scope of the requirement(s) of the Performance Work Statement. Include brief description(s) of any prior experiences that best illustrates your company�s qualifications related to performing the services in accordance with the PWS. If there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage. **Submissions are to be no more than 6 pages and no less than 12 point font. ** Responses should be emailed to caitlin.d.king2.civ@us.navy.nil by Wednesday, August 21, 2024 at 12 PM EST. All requests for further information must be made in writing via email. Telephone requests for additional information will not be honored. All questions and answers regarding this RFI/Sources Sought Notice will be posted as updates to this notice. Disclaimer: This is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. The Navy will not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee cost in response to this notice is not considered an allowable direct charge to the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ee643bc4987d458b9c5b0358072d482a/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07170629-F 20240816/240814230119 (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.