R408 - Rapid Application Development

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159388899170034
Posted Date: Apr 9, 2024
Due Date: Apr 12, 2024
Solicitation No: N0018924RZ071
Source: Members Only
Follow
R408 - Rapid Application Development
Active
Contract Opportunity
Notice ID
N0018924RZ071
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC NORFOLK
Office
NAVSUP FLT LOG CTR NORFOLK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 09, 2024 02:57 pm EDT
  • Original Response Date: Apr 12, 2024 12:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R408 - SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT
  • NAICS Code:
    • 541690 - Other Scientific and Technical Consulting Services
  • Place of Performance:
Description
REQUEST FOR INFORMATION

THIS IS A REQUEST FOR INFORMATION NOTICE ONLY. This notice is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or Request for Quote (RFQ) or a promise to issue an RFP or RFQ in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested partys expense.
Interested parties may identify their interest and capability to respond to future similar requirements; however, this notice is not intended to be a request for competitive quotations from any source. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based on response received is solely within the discretion of the Government.

Not responding to this notice does not preclude participation in any future RFP/RFQ, if any is issued. If a solicitation is released, it will be released on NECO (https://www.neco.navy.mil) and SAM (https://www.sam.gov).
It is the responsibility of the potential offerors/quoters to monitor the site for additional information pertaining to this requirement.

1.        Description

The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office is seeking information from interested sources capable of providing performance based services to the Department of the Navy, Bureau of Medicine and Surgery (BUMED) located at Falls Church, VA. Please see the attached draft Performance Work Statement (PWS) which details the types of tasks that the contractor will be required to perform under this task order.

At this time the Government intends to negotiate a single source award to Deloitte, LLC.

2.        Requirements

It is anticipated that this requirement, if solicited, will be under NAICS code 541690, with a size standard of $24.5 (millions of dollars), and Product/Service Code (PSC) R408.

3.        Requested Information

It is requested that interested parties respond to this posting via email to helen.m.tyson.civ@us.navy.mil no later than 03:00 PM ET Friday, 12 April 2024.
Responses are not to exceed three (3) typewritten pages in a searchable PDF file, 8.5 X 11 paper with a minimum 12 point font size. The page limit is inclusive of the cover sheet. Responses from interested parties shall include the following information:

Cover Sheet that includes:
-        Company name and address
-        DUNS number and Cage Code
-        Point of contact with corresponding phone number and e-mail address
-        Small Business Designation(s), if any

Capabilities Statement that:
-        Demonstrates experience using and developing within SEMOSS within DHA and/or Navy Medicine.
-        Demonstrates substantial ability to manage a multi-tenant, cloud-based, platform with a current ATO and the ability to store PII at IL4/5.
-        Demonstrates requisite skills, resources and capabilities necessary to perform ALL of the requirements of the draft PWS.
If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience and/or capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Standard brochures and/or paraphrasing of this notice will not be considered sufficient to demonstrate the capabilities of an interested party.
-        If providing past performance information, contracts/efforts must be within the past five (5) years and the discussion must include the applicable contract or task order number and contract vehicle, clearly state if the responder was a prime or subcontractor under the effort, final contract price, dates of performance, and project location with a brief description of the effort and a detailed explanation demonstrating the relevance of the contract(s) or effort(s) to the requirements in the PWS.
-        Any eventual solicitation will include language requiring documentation demonstrating the interested partys accounting system was reviewed and deemed adequate by DCAA in order to manage cost-type contracts that will permit timely development of all necessary cost data in the form required by a cost-type contract.
This documentation will be required at the time of solicitation.

4.        Industry Discussions

NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office representatives may or may not choose to meet with potential offerors/quoters. Such discussions would only be intended to get further clarification of potential capability to meet the requirements.

5.        Questions

Questions regarding this announcement shall be submitted via email to helen.m.tyson.civ@us.navy.mil in response to this sources sought opportunity. Verbal questions will not be considered.

6.        Summary

THIS IS A SOURCES SOUGHT NOTICE ONLY to identify potential sources capable of providing performance based services to the Bureau of Medicine and Surgery (BUMED) located at Falls Church, VA.
The information provided in the notice is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items discussed, and release of this notice should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
Attachments/Links
Contact Information
Contracting Office Address
  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 09, 2024 02:57 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >