Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2025 SAM #8507
SOURCES SOUGHT

R -- Astronomy and Physics Analysis Tool Developer

Notice Date
3/10/2025 11:47:00 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N6228525RC01C2T
 
Response Due
3/14/2025 7:00:00 AM
 
Archive Date
03/29/2025
 
Point of Contact
Jordan Walton
 
E-Mail Address
jordan.l.walton.civ@us.navy.mil
(jordan.l.walton.civ@us.navy.mil)
 
Description
INTRODUCTION This is a Request for Information(RFI)/Souces 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 recieved. SCOPE The objective of this request is to obtain contractor support to provide the United States Naval AObservatory (USNO) with support for programming, documentation, testing, and accreditation activities for the development of updated versions of the scientific software applications. REQUIRED CAPABILITIES Anticipated North American Industry Classification System (NAICS) Code. The NAICS Code for this requirement is 541715 � Research and Development in the Physical, Engineering, and Life Sciences and the small business size standard is 1,000 employees. Reponses to this Sources Sought request should reference �Sources Sought-United States Naval Academy- Network Engineers�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 - Size of business � Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Service Disabled Veteran-owned. 3 - An estimated Rough Order of Magnitude (ROM). Please confirm the labor categories/experience required to perform the tasks in accordance with the Performance Work Statement. Suggest labor categories /hours to perform tasks for each position. 4 - A copy of System of Award Management (SAM) sam.gov active registration. Must reflect Data Universal Numbering System, and Commercial and Government Entity Code. 5 - Capability statement displaying the contractor�s ability to provide the services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also 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. 6 - Include any other supporting documentation. 7 - Comments or suggested changes to the Government's NAICS Determination 8 - Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project. If there is sufficient demonstrated interest and capability among small business contractors, a key factor 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 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 jordan.l.walton.civ@us.navy.mil 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. *** SEE ATTACHED PERFORMANCE WORK STATEMENT***
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/94ea9d57aa6a4517bf9940d843953821/view)
 
Place of Performance
Address: Washington, DC 20392, USA
Zip Code: 20392
Country: USA
 
Record
SN07367060-F 20250312/250310230048 (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.