Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2023 SAM #7898
SOURCES SOUGHT

D -- Data Management and Performance Measures/Metrics Dashboard Development Support Services

Notice Date
7/11/2023 11:08:17 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
 
ZIP Code
23709-1001
 
Solicitation Number
N4215823RCD0006
 
Response Due
7/20/2023 2:00:00 PM
 
Archive Date
08/04/2023
 
Point of Contact
Dushani Starks, Phone: 7573969689, Crystal Porter, Phone: 7573968348
 
E-Mail Address
dushani.starks@navy.mil, crystal.p.porter.civ@us.navy.mil
(dushani.starks@navy.mil, crystal.p.porter.civ@us.navy.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
Subject to FAR Clause 52.215-3, entitled �Solicitation for Information and Planning Purposes,� this announcement constitutes a Sources Sought for information and planning purposes to identify qualified and experienced sources for an anticipated single award Firm Fixed Price (FFP) contract under NAICS Code 541512 Computer Systems Design Services with a size standard of $34 million.� Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Norfolk Naval Shipyard (NNSY) Contracting Department is issuing this sources sought request for information as a means of conducting market research to identify parties having an interest in and the resources to support a contract to provide professional support services to assist the department with data management/analysis as well as the design, development, and implementation of metrics/business dashboard(s). The contractor's personnel will also serve as senior advisors and provide top-level metrics and dashboard expertise as well as training.� Based on the responses to this Sources Sought Notice/Market Research, this requirement may be set-aside for Small Businesses (in FULL or in PART) or procured through full and open competition.� The intention is to procure this requirement as a Sole Source 8(a) Direct Award. This announcement constitutes a sources sought synopsis for written information only. This is not a solicitation announcement for proposals and a contract will not 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. A determination of the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. If a solicitation is released at a future date, it will be synopsized on the BETA-SAM website.� It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement.� If your organization has the potential capacity to perform these contract services, please provide the following information: Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization. �An estimated Rough Order of Magnitude (ROM). Estimated timeline of dashboard end product completion and availability for Period of Performance estimated to begin in September of 2023. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Contractor and Government Entity (CAGE) Code. �Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. **** Disclaimer: All data/documentation delivered/created in support of this effort becomes the property of the United States Government and shall be delivered without proprietary marking. The Government shall have unlimited rights to all data delivered under this contract. Work products shall be delivered to the Government in editable formats with all support information/documentation necessary for the Government to replicate. In instances where databases or tools are developed, they shall be delivered with working formulas and source code necessary for the Government to replicate. � � � � � � Acknowledgement of the statement above: ______________________ Date: __________ Submission Instructions: Interested parties who consider themselves qualified to perform the listed services are invited to submit a response to this Sources Sought Notice by 5:00 (EST) on Thursday, July 20, 2023. Submissions are not to exceed ten (10) typewritten pages in no less than 12pt font size. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. If you have any questions concerning this opportunity please contact: Dushani Starks at dushani.c.starks.civ@us.navy.mil and Crystal Porter at crystal.p.porter.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ff126a3d8ec340f1b6334003a645c055/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN06744658-F 20230713/230711230057 (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.