Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2024 SAM #8233
SOURCES SOUGHT

D -- Integrated Survey System (ISS-60) software suite

Notice Date
6/10/2024 11:51:54 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
ISS-60FY24
 
Response Due
6/17/2024 8:00:00 AM
 
Archive Date
07/02/2024
 
Point of Contact
Nathan Jennings, Phone: 7577543530, Omar Roque, Phone: 7574431628
 
E-Mail Address
nathan.s.jennings3.civ@us.navy.mil, Omar.roque.civ@us.navy.mil
(nathan.s.jennings3.civ@us.navy.mil, Omar.roque.civ@us.navy.mil)
 
Description
The NAVSUP Fleet Logistics Center (FLC) Norfolk is conducting a market survey determine the interest and capability of Industry to maintain, sustain, and modernize an Integrated Survey System (ISS-60) software suite for NAVOCEANO. This procurement is anticipated to be a Firm Fixed Price (FFP) Task Order with a one year base plus 4 option years and a 6 month extension under FAR 52.217-8.� The purpose of this Sources Sought Notice is to locate and identify qualified Business sources to determine what sources exist for engineering services support. FLC Norfolk is interested in responses that can employ a modular approach to meeting the requirements of the ISS-60 technical documents. The ISS-60 is based on a Commercial off the Shelf (COTS) software product that has been modified to meet the Governments requirements. It is currently in service aboard all six T-AGS 60 class ships and embarked Hydrographic Survey Launches (HSLs). These oceanographic survey vessels enable the Department of Defense (DoD), the United States Navy and the Naval Oceanographic Office to effectively perform military survey operations that satisfy global oceanographic, hydrographic and bathymetric (OHB) survey requirements approved by Naval component commanders, USFF and Joint Functional Component Command for Intelligence, Surveillance and Reconnaissance (JFCC ISR) ISO Military Survey Operations (SURVOPS). The T-AGS 60 class oceanographic survey ships are outfitted to provide multi-purpose survey capabilities in coastal and deep ocean areas. Data collected include physical, chemical, and biological oceanographic as well as OHB parameters. The ships mission includes multi-discipline environmental investigations, ocean engineering tasks, marine acoustic surveys, marine geology and geophysics data collection and bathymetric, gravimetric, and magneto metric surveying. The contractor must be able to provide this support in accordance with the attached DRAFT Performance Work Statement (PWS). The primary North American Industry Classification System (NAICS) code for the procurement is 541512. The small business size standard for this NAICS code is $34 million. Contractors must provide your CAGE code in your submitted information, along with a point of contact, and whether your company is large, small, disabled vet, woman owned, SDB, 8a, or hub zone. Respondents shall provide information related to its capability of providing software integration and updates. In addition, interested S/B firms are invited to respond to this sources sought announcement by providing the following: (1) name and address of applicant (corporate/principal office); (2) name, telephone and email address of point of contact; (3) NAICS and Cage Code; and (4) contractor's technical capabilities statement. Technical Capabilities will be evaluated on based on the attached draft PWS. Submissions must be received at no later than the deadline set. For information regarding this sources sought notice, contact POC, Nathan Jennings, email Nathan.s.jennings3.civ@us.navy.mil. Proprietary data will be protected when so designated. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. Reponses to this Sources Sought request shall include the following information in this format: Company name, address, point of contact name, phone number, fax number and email address. Contractor and Government Entity (CAGE) Code. Size of business � indicate socio-economic small business category(ies) if other than a large business. GSA and/or Seaport-e contract number(s), if applicable Capability statement displaying the contractor�s ability to meet the basic contractor qualifications and provide the services as detailed in the scope of work.� Past performance information may be provided to bolster the contractor�s capability statement.� If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years with a performance duration of one year or longer.� 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. Include any other supporting documentation the respondent believes to be germane. Documentation supporting capability to meet the requirements as stated in the attached draft PWS must be presented in sufficient detail for the Government to determine that your company possesses the necessary qualifications, expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) typewritten pages, single-spaced, in no less than 12 font size. Cover pages, if included, do not count against the page limitation. Responses should be emailed to Nathan Jennings at Nathan.s.jennings3.civ@us.navy.mil� by 11:00 AM ET on 17 June 2024. Again, this is not a request for a proposal.� Respondents will not be notified of the results. 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. Note: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUCTED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT AN OFFER 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9beeefb094584bffa5eec368e12bdad8/view)
 
Place of Performance
Address: Stennis Space Center, MS 39522, USA
Zip Code: 39522
Country: USA
 
Record
SN07092273-F 20240612/240610230119 (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.