Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 29, 2025 SAM #8524
SOURCES SOUGHT

J -- Waterfront Operations, Naval Surface Warfare Center, Carderock Division (NSWCCD)

Notice Date
3/27/2025 11:04:32 AM
 
Notice Type
Sources Sought
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
NSWC CARDEROCK BETHESDA MD 20817-5700 USA
 
ZIP Code
20817-5700
 
Solicitation Number
N00167-25-R-00XX
 
Response Due
4/11/2025 9:00:00 AM
 
Archive Date
04/26/2025
 
Point of Contact
Caroline LIRA, Phone: 757-663-2605, Mike Rossik, Phone: 301-412-9761
 
E-Mail Address
caroline.x.lira.civ@us.navy.mil, michael.e.rossik.civ@us.navy.mil
(caroline.x.lira.civ@us.navy.mil, michael.e.rossik.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL (RFP) - AWARD OF A CONTRACT WILL NOT BE MADE AS A RESULT OF THIS NOTICE. THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION NOTICE FOR NON-COMMERCIAL SERVICES AS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 5.207, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. The Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division (NSWCCDDN) Detachment Norfolk has a follow-on requirement to obtain contractor support for Waterfront Operations to include transition, program management, operations management, reporting, safety compliance oversight, the operation of small watercraft, industrial maintenance and repair, and Research and Development, Test and Evaluation (RDT&E) project support. This notification is a Request For Information (RFI). Responses will assist in determining market interest, communication of requirements, and Small Business Opportunities. A DRAFT copy of the Statement of Work and Evaluation metrics (also referred to as L&M) is provided. The DRAFTS are provided to enable potential Offerors opportunity to review requirements and provide response. Interested parties should complete attachment 4, Market Research Questionnaire, and attachment 2, Draft SOW Question Sheet, as applicable. Please respond via e-mail to the points of contact identified below. It is anticipated that the resultant award will be a cost-plus-fixed-fee (CPFF), single award indefinite delivery indefinite quantity (IDIQ) contract. It is anticipated that the procurement will be solicited on an unrestricted basis under NAICS Code is 488390. The small business size standard is $47 million. The five year ordering period for this acquisition is anticipated to begin on or before June 1, 2026 for an ordering period of five full years. Inclusion of FAR 52.217-8 is anticipated. The Government anticipates the release of the solicitation by June 2025. The services are currently being administered under contract N00167-24-D-0018 by Systems Application & Technologies, Inc. 1101 Mercantile Lane, Suite 200, Largo, MD 20774. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. THE SOLICITATION IS NOT YET AVAILABLE. Once available, the solicitation will be posted on SAM.GOV, https://sam.gov. The solicitation will simultaneously be available in the solicitation module of the Procurement Integrated Enterprise Environment (PIEE), https://piee.eb.mil. The POC�s for this requirement are Caroline (Xenia) Lira, Contract Specialist, at caroline.x.lira.civ@us.navy.mil, and Mike Rossik, Contracting Officer, at michael.e.rossik.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cbe9b1da024141f0b228ef9fee33fcd9/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN07389599-F 20250329/250327230053 (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.