SOURCES SOUGHT
R -- ANALYTICAL SUPPORT SERVICES
- Notice Date
- 12/18/2023 11:39:53 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
- ZIP Code
- 20670
- Solicitation Number
- N68520-23-RFPREQ-FRC000F-0023
- Response Due
- 1/15/2024 8:00:00 AM
- Archive Date
- 01/30/2024
- Point of Contact
- Tyler Cryer, Meghan Huett
- E-Mail Address
-
tyler.c.cryer.civ@us.navy.mil, meghan.e.huett.civ@us.navy.mil
(tyler.c.cryer.civ@us.navy.mil, meghan.e.huett.civ@us.navy.mil)
- Description
- This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of Industry to provide the required services. This requirement was historically partially set-aside for Small Business Concerns and is currently being performed under Contract FA807519D0025 Task Order FA807521F0036 with Naval Systems Inc. The results of this sources sought will be utilized for market research and acquisition strategy refinement purposes to include determining if small business set-aside opportunities exist. It is estimated that any resultant solicitation will be released via beta.sam around 2nd Quarter FY24. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. This requirement supports services required to perform research, analysis, and development to enable Naval Aviation Enterprise (NAE) analytics capability, modeling, and dashboard improvements in support of end-to-end project analysis initiatives. Examples of analysis initiatives include: Supply Chain Management (SCM) Aircraft Maintenance Management Maintenance Training Support Equipment Management Program Office Support Reliability Control Board (RCB) Other readiness-related analytic tasks The mission of NAE is to sustain required current readiness and advance future warfighting capabilities at the best possible cost. The NAE serves as the single framework for facilitating collaboration, transparency, cross- functional engagement, information sharing and process improvements that are necessary to deliver essential capabilities and readiness. Analytics initiatives shall focus on readiness, cost, cycle time, and any other external dependencies that will require integration and coordination with other military departments and agencies of the U.S Federal Government, to include potential security assistance and other cooperative agreements for improving aviation readiness in joint, inter-agency, and coalition operations. This effort shall include Condition-Based Maintenance Plus (CBM+) predictive analytics development, modeling, and, with Government approval, implementation of prescriptive solution capability for Naval Air Systems Command (NAVAIR) supported systems and components. This shall include analysis of sustainment for target availability, reliability, and operational and affordability support costs across their life cycle. Tasks shall include analysis for various Department of the Navy (DON) enterprise and joint service systems to correlate and aggregate key readiness drivers and degraders. This effort shall include the use and conversion of a commercial-off-the-shelf (COTS) software application (e.g. Tableau and QLIK). On- and off-site technical and functional engineering and development will be required to introduce and possibly expand this application and interface requirements associated with the COTS software at various NAVAIR locations within the Continental United States (CONUS) and Outside the Continental United States (OCONUS), afloat, and detached. The software application shall initially be required to run on both desktop and remote servers. An Information Technology (IT) Tableau and QLIK production and Tableau and QLIK development infrastructure has been developed and fielded that supports internal and external user and internal and external developer requirements. This architecture shall be the platform upon which the COTS software product will require improvements, implementation, integration, and maintenance, unless otherwise Government-directed for additional placement or removal. Additionally, this effort shall develop and deploy, upon Government approval, information technology and commercial best business practices that directly support both specific strategic initiatives and sustainment of program goals and objectives, including the required training initiatives so the work force possess a level of knowledge, skills, and abilities that enable effective and efficient execution of requisite roles and responsibilities. PLACE OF PERFORMANCE Work in support of this Performance Work Statement (PWS) shall be primarily performed at Patuxent River, MD. REQUIRED CAPABILITIES See attached Draft Performance Work Statement (PWS). ELIGIBILITY The anticipated NAICS code for this requirement is 541990 (All Other Professional, Scientific, and Technical Services) with a size standard of $19.5M. The anticipated product service code (PSC) is R499 (Support � Professional: Other). SUBMISSION DETAILS The Government is inviting interested businesses to submit a response to this notice. It is requested that interested businesses submit a brief capabilities statement (no more than 10 pages, singles- spaced, 12-point font minimum, demonstrating the ability to perform the services presented in the attached PWS. The Capabilities Statement must address, at a minimum, the following: The type of work your company previously performed in support of similar requirements to the draft PWS. Detailed company experience in managing work of similar size and scope to the draft PWS. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14 deviation 2019-O0003, the Offeror/Contractor agrees in performance of the contract in the case of a contract for Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business� General and Administrative rate multiplied by the labor cost. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in the draft PWS and tasking below for a one (1) year base period with options for four (4) additional years. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue, number and geographic office locations, CAGE code, and DUNs number. Respondents to this notice also must indicate whether they qualify as an 8(a), Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. The capability statement package shall be sent by email to meghan.e.huett.civ@us.navy.mil and tyler.c.cryer.civ@us.navy.mil. Submissions must be received at the office cited no later than 11:00 a.m. Eastern Time on 15 January 2024. All responses must include the following information: Company name, Company address, CAGE Code, Company business size under NAICS 541990, point of contact name, phone number, and email address. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a50b5ccd2d6e4c2c826018a1459aa164/view)
- Place of Performance
- Address: Patuxent River, MD 20670, USA
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN06916062-F 20231220/231218230045 (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 |