Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
MODIFICATION

A -- Virtual multi-player Wargaming and Simulation Environment

Notice Date
3/8/2018
 
Notice Type
Modification/Amendment
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N00178-18-R-5004
 
Archive Date
3/23/2018
 
Point of Contact
Victoria Le, Phone: 5406538361
 
E-Mail Address
victoria.le@navy.mil
(victoria.le@navy.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Special Notice: This is neither a request for formal Request for Proposals (RFP) or quotes. The Government will not reimburse any costs associated with the development and submission of materials in response to this request. There is no solicitation available at this time. However, should such a requirement materialize, no basis for claims against NSWCDD shall arise as a result of a response to this Sources Sought notice or NSWCDD's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Objective: The Naval Surface Warfare Center Dahlgren Division is seeking information from interested Service Disabled Veteran Owned Small Businesses (SDVOSB) about their interest, capabilities and relevant experience in rapidly prototype new concepts, integrate data collection and analytics, capitalize on the data using new Artificial Intelligence tradecraft in the market and lastly, have a live, distributed, virtual multi-player wargaming and simulation environment to test new features with the fleet Note 1: A DD254, Contract Security Classification Specification, shall be applicable to any prospective work covered under this RFI. Should such a requirement materialize, a prospective contractor(s) must have to: (1) a SECRET facility clearance that is cleared at the SECRET level for both information processing and storage; and (2) personnel available with favorably adjudicated investigations and personnel security clearances at the collateral SECET level. Note 2: The requested information is for planning purposes and does not constitute a commitment, implied, or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to the sources sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence. Resources In order to aid industry in evaluating their ability to perform the requirement, the following documents have been attached and are provided here in this RFI: 1. Draft SOW. Submission of Information It is requested that the above information be provided no later than March. 8, 2018. Responses may be submitted via e-mail to Victoria.le@ navy.mil. No telephone responses will be accepted. Request for Capabilities Statements- Interested parties are invited to submit responses addressing the following information, as applicable to the topic areas above: 1. RFI responses shall be limited to no more than 15 pages, not including cover letter, cover page, list of questions and table of contents. 2. Company Name, Address, CAGE code 3. RFI Response Point of Contact name, telephone number, and email address 4. Feedback and questions regarding the feasibility or challenges for performing this work 4a. This feedback and questions will be used to clarify any follow-up RFI or Request For Proposal (RFP) 5. Information describing company capabilities, resources, experience, and product lines that demonstrate an ability to perform this work 6. Description of how the interested party would perform the work to address the virtual multi-player wargaming and simulation environment characteristics, and what teaming arrangements might be made, if any, with other companies 7. Please provide a list of assumptions, if any, which were considered in formulating the response. 8. Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). Include the DUNS number and CAGE Code of your firm. State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov. If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM with the SDVOSB status. Responses should not exceed 15 pages in length. The data received in response to this RFI is for information purposes only and does not mandate or impose requirements or commit the Government or vendor to any action. It is recognized that proprietary data may be included with the information provided. Clearly mark all proprietary information. All Responses shall be UNCLASSIFIED. CLASSIFIED questions or responses are not permitted in response to this request for information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N00178-18-R-5004/listing.html)
 
Place of Performance
Address: Locations, • Contractor Facilities, • Occasional travel as necessary to perform the work., United States
 
Record
SN04848671-W 20180310/180308232056-cf27caca9f9c7dc1ac12f5b23fdc80fc (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.