Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOURCES SOUGHT

R -- Professional and Operational Support Services

Notice Date
9/21/2023 12:00:35 PM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N00178-23-R-4214
 
Response Due
10/6/2023 12:00:00 PM
 
Archive Date
11/06/2023
 
Point of Contact
Subhendu Singha, Phone: 540-208-9535
 
E-Mail Address
subhendu.k.singha.civ@us.navy.mil
(subhendu.k.singha.civ@us.navy.mil)
 
Description
Naval Surface Warfare Center Dahlgren Division Sources Sought and Advance Notice For Professional and Operational Support Services �N0017823R4214 The following is being provided to request for capability statements to determine if the requirement will be set-aside to small businesses and is being provided to enhance competition and allow industry adequate time to develop acquisition strategies Background � The Naval Surface Warfare Center Dahlgren Division (NSWCDD) provides comprehensive and dedicated support to the Navy of research, development, test and evaluation, analysis, systems engineering, integration and certification of complex naval warfare systems and fleet support. Additional Contractor support for professional and operational support services is required as NSWCDD continues to provide the military with testing and certification by utilizing its Potomac River Test Range in Dahlgren, VA and provides fleet support at NSWCDD Dam Neck which is located in Virginia Beach, VA. This requirement is to provide Professional and Operational Support Services to NSWCDD. The intent is for the Contractor to provide support for non-personal services of day-to-day operations at NSWCDD: program/project management; process improvement; quality control; metrics; technical documentation; technical director; command evaluation; office of counsel; budget; accounting; travel� payroll; financial systems; Equal Employment Opportunity (EEO); human resources; information technology-cybersecurity administration; corporate business; and property management functions. Contractor shall not be tasked and shall not perform Inherently Governmental services. Follow-on � This is a follow on requirement to Contract No. N00178-19-D-8049 / Task Order No. N00178-20-F-3001.� The incumbent is Akima, formerly Lynxnet, LLC.� The Period of Performance is 11/25/2019-11/24/2024. Attachments � A draft Statement of Work (SOW), draft Labor Category Qualifications, and Level of Effort are attached.� The Industry Day slides are also attached to this notice. Contract Type � To be determined. NAICS: The anticipated NAICS for this effort is 561990 (All Other Support Services) Period of Performance � The resultant order will have a Base Period of twelve 12 months and four (4) Option Years, each consisting of twelve months, for a total of 60 months, if all options are exercised. Geographical Zone � Opportunity open to all geographical zones. Set-Aside - The Government has not made a set-aside determination.� A set-aside determination will be made after the Request for Capability Statements have been received and adjudicated. Mandatory Requirements � Offerors must meet each of the mandatory requirements. The following Mandatory Requirements shall be maintained throughout the life of the task order. Requirement 1:� Facility Clearance: The Contractor is required to have a Facility Clearance of SECRET as verified in the National Industrial Security System (NISS). Requirement 2:� Personnel Security Clearances: All individuals performing support under this task order are required to have, as a minimum, a SECRET security clearance. Interim clearances are acceptable. OCI - The Contractors are reminded that certain arrangements may preclude, restrict or limit participation, in whole or in part, as either a Sub-contractor or as a Prime Contractor under this competitive procurement. Notwithstanding the existence or non-existence of an OCI clause in the current contract, the Contractor shall comply with FAR 9.5 and identify if an OCI exists at any tier or arises at any tier at any time during contract performance. The Contractor shall provide notice within fourteen (14) days of receipt of any information that may indicate a Potential OCI and how they shall mitigate this. Industry Day � The Government has not made an Industry Day determination.� A determination for a need of Industry Day will be made after the Request for Capability Statements have been received and adjudicated.��� Milestones � It is anticipated that the Solicitation will be available in SAM.GOV by 22 March 2024 and will be open for approximately thirty (30) calendar days.� Performance is anticipated to begin no later than 25 November 2024. RFP � The RFP number will be N0017823R4214. Request for Capability Statements � At this time, a determination has not been made to set-aside this procurement. Responses to this Sources Sought will be evaluated and used to determine the set-aside status of this requirement.� Interested Small and Large Businesses are invited to submit capability statements. Capability statements shall not exceed 15 pages, not including resume summaries and shall include the following items: (1) Sources Sought announcement number you are applying to and a description of the Offeror's capabilities relating specifically to the attached draft SOW, specifically addressing relevant experience and understanding of the work for which this acquisition will support; (2) A company profile including the Cage Code, active GSA MAC number and a statement regarding current Small Business status (including all applicable categories of Small Business: Service-Disabled Veteran-Owned Small Business, HUBzone, 8(a), Woman-Owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran-Owned Small Business or Small Disadvantaged Business). (3) The specific qualifications, capabilities, and experience of the Contractor's personnel available to support this effort, including the personnel's security clearance level. Identify whether individuals are employees of the Offeror or of a planned team member (Sub-contractor) and identify the planned team member; (4) A description of the Offeror's ability to meet each of the mandatory requirements; (5) Specific past performance on same or similar size and scope of work performed by the Offeror as a Prime Contractor within the past five (5) years, including a description of the services provided, the dollar value of the effort, and the contract number; (6) List prospective Sub-contractors and provide a statement with metric that contain sufficient information concerning the ability to meet the Government limitations in FAR 52.219-14 Limitations on Subcontracting (FEB 2023)(DEVIATION 2021-O0008). (7) Interested Offeror(s) shall identify any potential �similarly situated entity� arrangements being considered. A �similarly situated entity� means a first-tier Sub-contractor, including an independent Contractor that has the same Small Business program status as that which qualified the Prime Contractor for the award and that is considered small for the NAICS code the Prime Contractor assigned to the Sub-contract the Sub-contractor will perform.� If �similarly situated entity� Sub-contracting is contemplated, the capability statement shall contain detailed information concerning the planned �similarly situated entity� Sub-contracting/consulting arrangement(s) (including proposed work share, DUNS number(s), and all applicable categories of Small Business status) to assure the Government that the limitations of FAR 52.219-14, Limitations on Subcontracting (FEB 2023)(DEVIATION 2021-O0008), can be met for each contract period. The limitations identified in the aforementioned clause require the Offeror/Contractor to agree that in the performance of the resultant contract it will not pay more than 50 percent of the amount paid by the Government for contract performance to Sub-contractors that are not similarly situated entities.� Any work that a similarly situated entity further Sub-contracts will count toward the 50 percent Sub-contract amount that cannot be exceeded. (8) Provide an answer to the following Question: Is the Contractor cleared at the SECRET level for information processing and storage at their facility? No telephone responses will be accepted. Responses must be received no later than 3:00 PM EST on 6 October 2023 via e-mail to subhendu.k.singha.civ@us.navy.mil and Sheila.h.ballard.civ@us.navy.mil.� Responses should reference �Operations Support� Note: 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f7558e04646b4a868e2e3cb7d5056185/view)
 
Place of Performance
Address: Dahlgren, VA 22448, USA
Zip Code: 22448
Country: USA
 
Record
SN06841382-F 20230923/230921230535 (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.