Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2025 SAM #8501
SOURCES SOUGHT

99 -- ROC Programmers

Notice Date
3/5/2025 3:56:12 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018925Q0171
 
Response Due
3/21/2025 1:00:00 PM
 
Archive Date
04/05/2025
 
Point of Contact
Elysia Allen
 
E-Mail Address
elysia.m.allen2.civ@us.navy.mil
(elysia.m.allen2.civ@us.navy.mil)
 
Description
Subject to FAR Clause 52.215-3, entitled, �Solicitation for Information and Planning Purposes,� this announcement constitutes a Sources Sought for information and planning purposes to identify qualified and experienced sources for an anticipated single award, Firm Fixed Price type contract for Programming Services under NAICS Code 541511 with a size standard of $34.0M. It is anticipated that the period of performance for this requirement will be a 12-month base period beginning on or about 1 July 2021, with one (1) six-month option period. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. Background: The Naval Aviation Enterprise Performance to Plan (P2P) efforts in improving the overall CVN readiness is in full scale development through the creation of the CVN Readiness Operations Center (ROC) at CNAL. The ROC has been created in the wake of the success of the Aircraft Maintenance Operation Center (MOC) which over the last several years has become the gold standard in Naval Aviation in working with the Naval Sustainment System Aviation (NSS-A) in highlighting parts shortfalls, reliability issues and parts prioritization. The ROC supports the unique readiness requirements to efficiently execute measurable performance improvements in CVN readiness and support the extreme complexity of CVN sustainment and maintenance. The ROC, to include the ROC Programmers, will support both Commander, Naval Air Forces (Atlantic and Pacific). The government recommends fourteen full-time and one part time U.S. Navy Programming Support Specialists as outlined in the Performance of Work Statement (PWS). Scope: The Contractor shall provide the necessary services to perform the requirements of this PWS. The NAVSUP Fleet Logistics Center (FLC), Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive acquisition strategy for the support services detailed above and in the attached PWS. Responses to this Sources Sought request should reference �ROC PROGRAMMERS� and shall include the following information in this format: 1. Company name, address, point of contact name, phone number, fax number and email address. 2. GSA Schedule, Seaport-e Schedule, or any other DoD Contract Vehicle 3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, WOSB, SB, Veteran-owned, etc., in accordance with the NAICS Code. 4. Contractor and Government Entity (CAGE) Code. 5. Capability Statement detailing the contractor�s ability to provide support services for the requirements specified in the PWS. Relevant past performance information on same/similar work within the last 5 years is to be included. Please include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought and detail how these contracts are similar in scope, complexity, and magnitude to this requirement. 6. Include any other supporting documentation. 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. Standard company brochures will not be reviewed. Submissions are not to exceed ten (10) typewritten pages in no less than 12-font. Also, indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. Responses to this Sources Sought request should be submitted via email address elysia.m.allen2.civ@us.navy.mil by the date listed in the notice. Again, this is not a request for proposals. This information is for planning and market research purposes only and will not be publicly released. Proprietary information should be clearly marked. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/356582eac15044b3ad952d733f43c5e5/view)
 
Place of Performance
Address: Norfolk, VA 23551, USA
Zip Code: 23551
Country: USA
 
Record
SN07362540-F 20250307/250307070544 (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.