Inactive
Notice ID:N0016721Q0182
***AMENDMENT** - Please read the change in location of performance below. THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or Request for Quote/Proposal/Bid and no contract or purchase...
***AMENDMENT** - Please read the change in location of performance below. THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or Request for Quote/Proposal/Bid and no contract or purchase order will be awarded as a result of this notice. There is no solicitation, specifications, or drawings available at this time. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. NSWC Carderock Division (NSWCCD) contracting office is seeking eligible businesses who can provide the following services: Implementing a 2-way data pipeline Conduct performer evaluations Establish baselines for data policy Labeling and management Conduct a market survey/analysis Unclassified work is to be performed at contractor's facility, while classified work will be performed at a SCIF at ONR in Ballstone, VA. These services are to be executed with deliverables which are outlined in the attached Statement of Work. Estimated issue date of this solicitation is tentatively on 02 July 2021. After issuance, solicitation and supporting documents will be made available on this site: https://sam.gov. All Small businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone and Certified Section 8(a) Small Businesses are encouraged to respond. The Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. NSWCCD contracting office anticipates award of a contract no later than 19 July 2021. The NAICS Code for this procurement is 518210 - Data Processing, Hosting, and Related Services It is requested that interested small businesses submit to NSWCCD contracting office a brief capabilities package demonstrating ability to provide the requested items. This document shall address, at a minimum the following: (1) Company Profile to include number of employees, office location(s), DUNS number, CAGE Code and a statement regarding small business designation and status; (2) The facility where the work will be performed (3) Partnership, teaming, joint ventures, or mentor-protégé agreements with any large businesses. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirement to be consistent with industry. RESPONSES ARE DUE by 30 June 2021 at 12:00 PM Eastern Daylight Time. Responses shall be sent via email to arnel.ngo@navy.mil. Questions or comments regarding this notice may be addressed to Contract Specialist Arnel Ngo at the above email address.