Sources Sought- Virtual Reality Safety Training
The Norfolk Naval Shipyard Service Contract Division is issuing this Sources Sought Notice, in accordance with FAR Clause 52.215-3 entitled "Solicitation for Information and Planning Purposes" as a me... The Norfolk Naval Shipyard Service Contract Division is issuing this Sources Sought Notice, in accordance with FAR Clause 52.215-3 entitled "Solicitation for Information and Planning Purposes" as a means of conducting market research to identify parties having an interest in and the necessary resources to support this requirement for providing necessary management, material support services, labor, supplies, and equipment deemed necessary to develop a Virtual Reality Safety Simulator. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541511 Computer Software analysis and design services, custom with a size standard of 27.5 million. The Product Service Code is N069. The Government anticipates a Firm Fixed Price contract. The period of performance of the anticipated contract is twelve (12) months for the base year plus four (2) twelve (12) month option years. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary. The Government assumes no financial responsibility for any costs incurred. The Government is interested in responses from all qualified and experienced sources capable of providing the services outlined in Attachment II. A determination of the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. If a solicitation is released at a future date, it will be synopsized on the Federal Business Opportunities (FEDBIZOPPS) website. It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. SAM is the official U.S. Government system that consolidates the capabilities of CCR/FedReg, ORCA, and EPLS. Information concerning registration requirements may be viewed via the Internet at https://www.sam.gov. INFORMATION REQUEST FROM INDUSTRY: Please review the attached DRAFT of the Statement of Work (SOW) included in this notice as Attachment II. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, web site address, telephone number, CAGE code, DUNS number, point of contact (name, phone#, e-mail), and your company's business size/type/status (based on the applicable NAICS code). 2) Detailed information that describes your company's capability to satisfy the requirements set forth in the SOW (Attachment II). This statement shall not reiterate or duplicate the language set forth in the SOW, but rather, your capabilities statement shall demonstrate your company's ability to perform these critical tasks. Additionally, if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 3) If you are proposing as an 8(a) Mentor Protégé, please indicate the percentage and type of work to be performed by the Protégé. All Service-Disabled, Veteran-Owned, Certified Hub-Zone, and Certified 8(a) Small Businesses are encouraged to respond. If you are an 8(a) contractor, please submit your SBA letter certifying that you are actively enrolled in the 8(a) program. 4) Teaming and/or Subcontracting arrangements (to include any foreign companies). 5) Prospective small business utilization percentages (if the acquisition is not set-aside for small business). 6) Compliance with FAR 52.219-14 - Limitations on Subcontracting. * 7) At this time, the Government is not requesting technical/management proposals, only capability information that will be utilized as market research to develop the acquisition strategy and solicitation. *Market research results will assist the Government in determining whether these requirements will be full and open acquisitions or small business set-asides. If a requirement is determined to be a small business et-aside, FAR 52.219-14, Limitations on Subcontracting will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they could comply. Potential sources are encouraged to submit recommended small business utilization requirements as a percentage of total contract value for consideration, in the event the acquisition is not set-aside for small business. If there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% if the effort, as defined in FAR 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details regarding teaming arrangements, etc. If subcontractors are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rational for the recommended percentage. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE, THIS REQUIREMENT WILL BE CONSIDERED FOR APPROPRIATE SET-ASIDE PROGRAM PARTICIPATION (IF APPLICABLE) IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATIONS. SUBMISSION INSTRUCTIONS: Interested parties who consider themselves qualified to perform the required services are invited to submit a response in accordance with the instructions of this RFI / Sources Sought notice by 2:30pm (Eastern) on 19 April 2019. All responses under this Sources Sought Notice shall reference N4215819QN017 and be emailed to Kimberly.fields@navy.mil. No hard copy of facsimile submissions shall be accepted. Telephone inquiries will not be accepted or acknowledged and no feedback or evaluations will be provided to companies regarding their submissions. Disclaimer: This request is for market research purposes only and is issued to assist the Government in determining capable contractors who can provide the required services. There is no commitment by the Government to issue a solicitation, make an award, or bear any monetary responsibility for any costs incurred by industry in respect to a response to this Sources Sought Notice. This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. This request is NOT a Request for Proposals (RFP), Request for Quote (RFQ), or Invitation for Bid (IFB). No solicitation exists at this time. The Government does not intend to make an award based solely on the responses to this notice. If you have any questions or comments concerning the proposed requirement please contact the following via e-mail correspondence: Kim Fields at Kimberly.fields@navy.mil. Information and materials submitted in response to this notice WILL NOT be returned. No proprietary, classified, confidential, or sensitive information should be included in your response. ATTACHMENTS: Attachment I: Sources Sought Notice Attachment II: Draft SOW
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »