SOURCES SOUGHT
R -- Operational Readiness and Currency Integration (OR-CI) Support Services
- Notice Date
- 7/8/2021 1:24:35 PM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N000182021073
- Response Due
- 7/14/2021 12:00:00 AM
- Archive Date
- 07/17/2021
- Point of Contact
- Thomas.jakubowski@navy.mil
- E-Mail Address
-
thomas.jakubowski@navy.mil
(thomas.jakubowski@navy.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- SOURCES SOUGHT NOTICE N0001820210736 THIS IS A SOURCES SOUGHT NOTICE ONLY. This Sources Sought notice is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or Request for Quote (RFQ) or a promise to issue an RFP or RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this Notice will be solely at the interested party�s expense. Not responding to this notice does not preclude participation in any future RFP/RFQ, if any is issued. If a solicitation is released, it will be released on NECO at www.neco.navy.mil. It is the responsibility of the potential offerors/quoters to monitor the site for additional information pertaining to this requirement. 1.0 Description The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office is seeking information from interested contractors capable of providing Operational Readiness and Currency Integration (OR-CI) Support Services in support of the Naval Bureau of Medicine and Surgery (BUMED) located at Falls Church, VA. Navy Medicine has clearly defined requirements to advance operational readiness and currency through an integrated services approach. The current approach includes numerous disaggregated and siloed efforts across multiple echelons thereby limiting comprehensive readiness. Navy Medicine leaders require accurate and timely access to readiness related data and analysis that reflects current, proposed and emerging capabilities. The integrated platform approach will fuse Navy Medicine analytic capabilities and capacity into readiness and currency nexus that is fully unified and coherent throughout the organization, providing seamless and comprehensive insights across the echelon 1-5 organizations. The objective of this requirement is to advance operational readiness, currency, and readiness reporting across the enterprise through integrated and scalable readiness and currency analysis. By enhancing the current suite of readiness tools to a platform-as-a-service, this integrated analytics effort will consolidate the direction of the Chief, BUMED and Surgeon General. A holistic analytic approach synthesized by an advanced analytic team facilitates an optimized workflow, allowing the analytic workstreams to leverage the numerous disparate data sources. This supports advancing Navy Medicine�s data science and analytic portfolio of capabilities in a manner that is consistent with mainstream industry standards. The contractor shall focus on the following primary activities: � Data Analysis � Readiness decision support tools � Modeling and simulation � Analytics Training Services � Knowledge Management � Program Management Support � Studies and Analysis � Risk assessment and modeling This is to be considered a new requirement. 2.0 Requirements It is anticipated that this requirement, if solicited, will be under NAICS code 541990, with a size standard of $16.5 (millions of dollars), under a Service-Disabled Veteran-Owned Small Business set-aside. 3.0 Requested Information It is requested that interested parties respond to this posting via EMAIL to the NAVSUP FLC POC, Mr. Thomas Jakubowski, via Thomas.jakubowski@navy.mil no later than 1600hrs (4:00PM) EST Wednesday 14 July 2021. Responses are not to exceed three (3) typewritten pages with a minimum 12 font size. Responses from interested parties shall include the following information: 1. Company name, DUNS number, Cage Code, address, and point of contact with corresponding phone number and e-mail address 2. Small Business Designation(s) held 3. Capabilities Statement demonstrating the requisite skills, resources and capabilities necessary to meet the requirements of the primary activities listed earlier in this notice. Paraphrasing of this notice will not be considered sufficient to demonstrate the capabilities of an interested party. 4.0 Industry Discussions NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office representatives may or may not choose to communicate with potential offerors/quoters. Such discussions would only be intended to get further clarification of potential capability to meet the requirements.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/71fddfab1f8841b6bdd50ad9fde5ce57/view)
- Record
- SN06055838-F 20210710/210708230133 (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 |