Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2025 SAM #8508
SOLICITATION NOTICE

R -- NAVIFOR N4 Directorate Program�s Support Services

Notice Date
3/11/2025 7:44:04 AM
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018925R0019
 
Response Due
3/18/2025 2:00:00 PM
 
Archive Date
04/02/2025
 
Point of Contact
Amy Barnes, Phone: (564) 226-1893, Jacob Gephart, Phone: (215) 697-9699
 
E-Mail Address
amy.m.barnes14.civ@us.navy.mil, jacob.n.gephart.civ@us.navy.mil
(amy.m.barnes14.civ@us.navy.mil, jacob.n.gephart.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Norfolk, VA 23511, intends to award a single award firm-fixed price indefinite-delivery, indefinite-quantity (FFP IDIQ) type contract using the policies and procedures of Federal Acquisition Regulation (FAR) Part 12 and FAR Part 15. A sources sought notice associated with this synopsis was posted on 02 December 2024 to identify interested sources and to obtain feedback on the draft Performance Work Statement. As a result from the information obtained from responses to the sources sought notice, this requirement will be solicited via sam.gov as a competitive 100% small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 541512, Computer Systems Design Center, with a size standard of $34M. The Federal Supply Classification is R425, Support � Professional: Engineering/Technical. Naval Information Forces (NAVIFOR) is the global readiness Type Commander (TYCOM), headquartered in Suffolk, VA, responsible for the organizing, manning, training, equipping (MT&E), identifying, and submitting requirements for all Navy Information Warfare (IW) capabilities. The NAVIFOR mission is to provide Naval and Joint Operational Commanders with combat-ready IW forces to execute missions in support of U.S. interests worldwide. NAVIFOR�s N4 Directorate Program�s; Collaboration at Sea (CAS), Combined Enterprise Regional Information Exchange System-Maritime (CENTRIXS-M), Secret Releasable (SECREL) Coalition and Allied communications, and Naval Tool for Interoperability and Risk Assessment (NTIRA) ensures seamless integration with other naval and joint systems, adheres to security and compliance standards, meets performance and availability metrics, and supports scalability and future enhancements of these programs. The anticipated contract will include a five (5) year ordering period and the FAR 52.217-8 option to extend services for six (6) months. The period of performance is projected to start on 11 September 2025 through 10 March 2031, including FAR 52.217-8. The solicitation is expected to be available around 19 March 2025. Dates in this notice are projected and may change without modifying this notice. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be in electronic form. THE SOLICITATION IS NOT YET AVAILABLE. Once available, the solicitation will be posted to this site, System for Award Management (SAM), sam.gov. All responsible sources may submit a proposal that will be considered by the government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements via https://www.sam.gov. Please direct all questions regarding this requirement to Amy Barnes at amy.m.barnes14.civ@us.navy.mil and Jacob Gephart at jacob.n.gephart.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e8579734c4c749fa912bf5b86a7f949a/view)
 
Place of Performance
Address: Suffolk, VA, USA
Country: USA
 
Record
SN07367749-F 20250313/250311230040 (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.