Inactive
Notice ID:NAVIFORTYCOMDUMMYPR01
Subject to FAR clause 52.215-3, entitled “Request for Information or Solicitation for Planning Purposes”, this announcement constitutes a Sources Sought Notice. This is not a solicitation announcement...
Subject to FAR clause 52.215-3, entitled “Request for Information or Solicitation for Planning Purposes”, this announcement constitutes a Sources Sought Notice. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. This source of sought is not to be construed in any way as a commitment by the Government for any purpose other than to gain the information requested, nor will the Government pay for the information submitted in response. The Government has determined that these supplies and services are commercial items as defined in FAR 2.101. FLCN is seeking information on qualified and experienced sources for planning purposes in an effort to derive a contract vehicle that will provide a broad range of technical services to address wholeness gaps and OLW manpower, personnel, training and education (MPT&E) issues across the range of OLW/Maritime Operations Center (MOC) activities as articulated in the annual OLW/MOC Integrated Priorities Capability List (IPCL). Specifically, contractor support will work MPT&E and capability assessment issues identified in the OLW/MOC IPCL to develop solutions in the areas of operational planning, operational assessment, maritime targeting, and the integration of kinetic and non-kinetic capabilities. Contractor will also provide the C2 and maritime fires expertise necessary to collaborate with OLW stakeholders and engage MOC personnel via the FMSC Requirements Working Group and mission area capability assessments in the areas of C2, BMD and maritime fires in order to refine capability gaps and identify or develop appropriate solutions across the DOTMLPF-P spectrum. Please see attached draft Performance Work Statement (PWS). Responses to this Sources Sought request shall reference the Sources Sought number and shall include the following information in this format: Company name, address, Point of Contact name, phone number and email address. Contractor and Government Entity (CAGE) Code. Size of business - Large Business, Small Business, Small Disadvantage,8(a), Hubzone, Woman-owned and/or Veteran-owned. Capability statement displaying the contractor’s ability to provide the minimum requirements to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. 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. Provide questions, comments, or feedback regarding the draft PWS, planned contract type or any other associated information. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise, qualifications, and experience to compete for this acquisition, standard company brochures will not be reviewed. Submissions are not to exceed seven (7) typewritten pages in no less than 12 point font. Responses should be emailed to Amy Barnes at amy.m.barnes14.civ@us.navy.mil and Elizabeth ‘Liz’ Phelps at elizabeth.a.phelps14.civ@us.navy.mil by 5:00pm EST on October 26, 2022. Again, this is not a request for a proposal. Respondents will not be notified of the results and the Government is not required to answer any questions submitted in regards to this sources sought notice. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.