Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 03, 2025 SAM #8773
SOURCES SOUGHT

99 -- Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)

Notice Date
12/1/2025 9:38:19 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
 
ZIP Code
20670
 
Solicitation Number
N68520-25-RFPREQ-F600000-0074
 
Response Due
12/9/2025 7:00:00 AM
 
Archive Date
12/24/2025
 
Point of Contact
Kalynn Jackson, Meghan Huett
 
E-Mail Address
kalynn.r.jackson.civ@us.navy.mil, meghan.e.huett.civ@us.navy.mil
(kalynn.r.jackson.civ@us.navy.mil, meghan.e.huett.civ@us.navy.mil)
 
Description
**No further extension requests will be granted** Notice Type: Sources Sought NAICS Code: 541511 NOTICE INFORMATION Agency/Office: Commander, Fleet Readiness Centers (COMFRC) Digital Group Location: Naval Air Station Patuxent River MD Title: Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS) 1.0 INTRODUCTION 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 THE RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICLY VOLUNTARY. This Sources Sought is a market research tool being used to determine potential and eligible business firms of all sizes that are capable of providing the supplies described herein prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). This Sources Sought will also be utilized to determine if any Small Business Set-Aside opportunities exist. The Product Service Code (PSC) for this requirement is DA01 - IT and Telecom � Business Application/Applications. The North American Industry Classification System (NAICS) code for this requirement is 541511, Custom Computer Programming Services, with a standard size of $34M. This requirement is currently being fulfilled by Deloitte, awarded as a Blanket Purchase Agreement #47QFAA21A0002 through GSA. All interested businesses are encouraged to respond, but only those businesses or teaming arrangements that are considered small will be considered for small business set-aside decisions. If/when a synopsis is released; it is anticipated to be synopsized via the Federal Business Opportunities. It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement. The Scope of this effort encompasses support for the Depot MRO/NDMS department�s large portfolio of IT solutions that enable the execution of Sustained Maintenance Planning (SMP) and aircraft, engine, and component Maintenance Repair and Overhaul (MRO) across the Naval Aviation Enterprise. Providing direct support of an operational information technology (IT) system that enables weapon systems lifecycle sustainment activities to service the Warfighter. The currently fielded twenty-nine (29) IT solutions comprise a complex and fully integrated system-of-systems that require a significant level of effort to sustain, considering technology modernization, statutory and regulatory governance, and performance issue resolution. Maintain and upgrading systems require a selection of skilled individuals with catered skillsets across organizations. Additionally, development of new IT solutions and capabilities will continue to grow in response to Continuous Process Improvement (CPI), Business Process Re-engineering (BPR), and Consolidation and Rationalization (C&R) activities. Furthermore, responsibility for new business areas due in part to organizational restructuring further increases the scope and level of effort associated with sustainment and development. The Depot MRO/NDMS department anticipates this trend continuing, and the contractor should be prepared to apply in-depth knowledge and understanding of the complexities and interdependencies that exist within the NDMS portfolio in the management and support of approximately twenty (20) to twenty-five (25) concurrent complex business transformation projects at any time during this effort. Agile software development teams will continue to sustain existing IT solutions as well as develop new capabilities in response to business transformation projects. Depending upon specific tasking, the agile teams are typically comprised of both Government and contractor personnel. Considering the level of effort associated with sustainment of current applications and development of new IT solutions, the contractor may be required to provide concurrent support for approximately twenty (20) to twenty-five (25) agile development projects of varying levels of complexity, consisting of approximately two (2) to three (3) contractor personnel per agile Team. ***See Draft SOW for in-depth details. 2.0 REQUIRED CAPABILITIES Please reach out to the Contract Specialist, Kalynn Jackson, at kalynn.r.jackson.civ@us.navy.mil to request the Draft SOW. The Contract Type is anticipated to be a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed Price and Time and Materials contract, with a Five-Year Ordering period. This office anticipates awarding a contract for the services required around January 2027. Please note that under a Small Business Set-Aside, the small business prime must not pay more than 50 percent of the amount paid by the Government for contract performance, excluding certain other direct costs and certain work performed outside the United States, to subcontractors that are not similarly situated entities in accordance with FAR Clause 52.219-14, Limitations on Subcontracting (DEVIATION 2021-O0008) 3.0 SUBMISSION DETAILS It is requested that interested all businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating the ability to perform the services identified in the attached Draft SOW. This documentation must address, at a minimum, the following: (1) title of the Draft SOW you are applying to; (2) company profile to include number of employees, annual revenue history, office location(s), cage code. SAM.GOV Status, Unique Entity Identifier number, and a statement regarding current small/large business status; (3) prior/current corporate experience performing efforts of similar size and scope within the last two (2) years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, whether the services were commercial or non-commercial and a brief description of how the referenced contract relates (including size and/or location of customer base) to the services described in the draft statement of work (SOW); (4) company has resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to support a geographically disbursed effort and have personnel located at the cities specified. (5) company's ability to perform more than 50% of the work. If your company is planning to team with a similarly situated small business, the response must clearly identify the proposed team members, and the capability statement must clearly articulate which portion of the work each team member will be responsible for. The response must be detailed enough for the Government to make a determination whether or not the proposed team will be able to perform 50% of the work when combined; and (6) respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Woman Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern under their NAICS code identified for this requirement; and (7) company's ability to begin performance upon the anticipated contract award. The capability statement package shall be sent to Kalynn Jackson via email at kalynn.r.jackson.civ@us.navy.mil. Submission emails should not exceed 5MB and must be received at the office cited no later than 10:00 a.m. Eastern Standard Time on 09 December 2025. No classified information shall be submitted in response to this sources sought. All data received in response to this sources sought that is marked or designated as corporate or proprietary will be fully protected from release outside the Government. Questions or comments regarding this notice may be addressed via email to kalynn.r.jackson.civ@us.navy.mil. No phone calls will be accepted. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Information and materials submitted in response to this request WILL NOT be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c465117c0d2841cfab78819d5a443cfc/view)
 
Place of Performance
Address: Patuxent River, MD, USA
Country: USA
 
Record
SN07654457-F 20251203/251201230036 (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.