Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
DOCUMENT

D -- Services to support Information Operations, Electronic Warfare, Cryptology and other services as designated in the PWS. - Attachment

Notice Date
7/20/2018
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018918TIWTG
 
Response Due
7/25/2018
 
Archive Date
8/9/2018
 
Point of Contact
Vanessa Schwaner
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice N0018918TIWTG Sources sought for information and planning purposes to identify qualified and experienced sources for an anticipated Firm Fixed Price contract in support of the Navy ™s Information Operations warfighting capabilities with a specific focus towards Electronic Warfare (EW) and Cryptologic (CRY) systems, and warfighters. The primary organization for this support is Naval Information Warfare Training Group Norfolk (IWTG Norfolk) formerly known as Navy Information Operations Command (NIOC) Norfolk. Anticipated NAICS Code: The NAICS Code for this requirement is 541611 “ Administrative Management and General Management Consulting Services is $15 million. The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement. If it is determined to be in the best interest of the Government to utilize Seaport-E, then the applicable NAICS code and size standard will be 541330 “ Engineering Services and $15 million. Respondents should provide their business size in both potential NAICS. Subject to FAR Clause 52.215-3, entitled Solicitation for Information of Planning Purpose, this announcement constitutes a sources sought synopsis for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. This sources sought notice 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. The Fleet Logistics Center Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive a contract vehicle that will provide the requirements identified in the Performance Work Statement (PWS) identified in the mission areas of N84/Electronic Warfare Technical Guidance Unit (EWTGU) in support of Information Operations, Electronic Warfare, Cryptology, which outlines specific responsibilities and desired skill sets for personnel supporting the tasks of Training and Navy Information Operations Database (NIODB) and application software development. Contractor personnel working on-site at IWTG Norfolk Bldg. U-132 shall possess a minimum Top Secret clearance with SCI and Contractor personnel working at NIOC Norfolk Bldg. 1126 and/or vendor accredited facility/corporate office shall possess a minimum Secret clearance access in order to support the following tasks: -Navy IO Database (NIODB) and web application software development support -Electronic Warfare (EW) Training Subject Matter Expert Support -Cryptologic (CRY) Training Subject Matter Expert Support -Operations Manager Support -Operations Assistant Manager Support -Curriculum Standards Officer The period of performance for this anticipated contract is one (1), twelve (12) month base year and three - (3), twelve (12) month option periods to commence approximately 01 September 2018. Please see the attached draft PWS to view the required personnel qualifications. Reponses to this Sources Sought request shall reference the Sources Sought number 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. Contractor and Government Entity (CAGE) Code. 3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. 4. Capability statement displaying the contractor ™s ability to provide the minimum requirements 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. 5. If the services can be solicited from a GSA schedule, GSA 8(a) Stars II, provide the GSA contract number. If the services can be solicited from Global Business Support (GBS), please provide the contract number. If the services can be solicited from SeaPort-e, please provide the contract number. 6. Please provide questions, comments, or feedback regarding the draft PWS, planned contract type or any other associated information. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise, qualifications, and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed seven (7) typewritten pages in no less than 12 font. 7.*****A copy of Defense Security Service verification or letter from the contractor ™s Corporate Officer certifying it possesses a current level of Facilities Clearance.***** This verification will not count towards the page limitation. Responses should be emailed to vanessa.schwaner@navy.mil by 12:00 pm on Wednesday, July 25, 2018. Again, this is not a request for a proposal. Respondents will not be notified of the results and the Government is not required to answer any questions submitted in regards to this sources sought notice. Please note the information within this presolicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any. Attachments: Attachment I “ Draft Performance Work Statement NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. End of Text
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018918TIWTG/listing.html)
 
Document(s)
Attachment
 
File Name: N0018918TIWTG_N0018918TIWTG_DRAFT_PWS.docx (https://www.neco.navy.mil/synopsis_file/N0018918TIWTG_N0018918TIWTG_DRAFT_PWS.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018918TIWTG_N0018918TIWTG_DRAFT_PWS.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05000874-W 20180722/180720230819-099baeb39bfc2b65d96d6015e1ee0a2a (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.