Search Contract Opportunities

DA01 - JAG Enterprise Cloud Environment (JECE)

ID: N0018923R0039 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: May 25, 2023, 4:34 p.m. EDT

This announcement constitutes a Sources Sought for informational and planning purposes. Naval Supply System Command (NAVSUP) Fleet Logistics Center Norfolk's (FLCN) intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide JAG Enterprise Cloud Enterprise maintenance and sustainment in support of the Office of the Judge Advocate (OJAG). The tasks are defined in the attached draft Performance Work Statement. This announcement constitutes a sources sought for written information only.

This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement. This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response to this request for information.

Tentative Acquisition Strategy

The Government anticipates issuing a single award, contract with firm fixed price (FFP) provisions.

Anticipated NAICS Code

The NAICS Code for this requirement is 541511 Custom Computer Programming Services, with a size standard of $34.0 million. The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement.

Reponses to this Sources Sought request should reference N0018923R0039 and shall include the following information in this format:

  1. Company name, address, point of contact name, phone number, fax number and email address.
  2. Contractor and Government Entity (CAGE) Code.
  3. SeaPort-NxG or GSA contract number, if applicable.
  4. Size of business Large Business, Small Business, Small Disadvantage, 8(a), Hub-zone, Woman-owned and/or Service Disabled Veteran-owned.
  5. Capability statement displaying the contractor's ability to provide the services, 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.
  6. The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, 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% of the effort, as defined in FAR clause 52.219-14.
    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 and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.
  7. Include any other supporting documentation.
  8. Comments or suggested changes to the Government's NAICS Determination
  9. Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project.

Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed ten (10) typewritten pages in no less than 12 font size.

Responses shall be emailed to Tierra Watson at tierra.k.watson.civ@us.navy.mil by 12 PM EST on Monday, 05 June 2023. Again, this is not a Request for Proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued.

Attachments:

Attachment I Draft Performance Work Statement

NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.

Posted: May 25, 2023, 2:26 p.m. EDT
Background
This announcement constitutes a Sources Sought for informational and planning purposes. Naval Supply System Command (NAVSUP) Fleet Logistics Center Norfolk’s (FLCN) intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide JAG Enterprise Cloud Enterprise maintenance and sustainment in support of the Office of the Judge Advocate (OJAG). The tasks are defined in the attached draft Performance Work Statement.

Work Details
The work includes providing JAG Enterprise Cloud Enterprise maintenance and sustainment in support of the Office of the Judge Advocate (OJAG). The contractor must be qualified and certified as a Top-Tier partner with Microsoft, have advanced specializations in various areas, have its own Azure enclave environment to replicate a GCC-High environment for development requirements identified by the Navy JAG Corps, have past audit-verifiable and successful experience with assisting current and past Department of the Navy customers with Cloud-based licensing requirements, including Dynamics 365, Power BI, and Power Platform. Additionally, the contractor must have current Secret clearances and facility clearances for personnel to support all tasks identified, professional services for managed services support for production maintenance and sustainment, as well as for identification, refinement, storyboarding, pricing, development, configuration and delivery of new requirements as identified by Navy JAG. The contract also includes labor categories such as Program Manager, Senior Project Manager, Project Manager, Senior Training Lead, Senior Quality Assurance Lead, Quality Assurance Tester, Business Analyst, User Experience Specialist, Senior Cloud Engineer, Cloud Architect, Mid-Cloud Engineer, Jr. Cloud Engineer, Power Platform Architect, Power Platform Senior Developer, Power Platform Mid-Developer, Power Platform Junior Developer, Software Engineer- Senior/Mid/Jr., IA Security Specialist- Senior/Mid., Technical Specialist., Organizational Change Manager., Data Architect- Senior/Mid/Junior.

Overview

Response Deadline
June 5, 2023, 12:00 p.m. EDT (original: June 2, 2023, 12:00 p.m. EDT) Past Due
Posted
May 25, 2023, 2:26 p.m. EDT (updated: May 25, 2023, 4:34 p.m. EDT)
Set Aside
None
Place of Performance
Norfolk, VA
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
31%
On 5/25/23 NAVSUP Fleet Logistics Center Norfolk issued Sources Sought N0018923R0039 for DA01 - JAG Enterprise Cloud Environment (JECE) due 6/5/23. The opportunity was issued full & open with NAICS 541511 and PSC DA01.
Primary Contact
Name
Tierra Watson   Profile
Phone
(757) 443-1395

Documents

Posted documents for Sources Sought N0018923R0039

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Contract Awards

Prime contracts awarded through Sources Sought N0018923R0039

Incumbent or Similar Awards

Contracts Similar to Sources Sought N0018923R0039

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N0018923R0039

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N0018923R0039

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP GLOBAL LOGISTICS SUPPORT > NAVSUP FLC NORFOLK > NAVSUP FLT LOG CTR NORFOLK
FPDS Organization Code
1700-N00189
Source Organization Code
500021468
Last Updated
June 20, 2023
Last Updated By
tierra.watson@navy.mil
Archive Date
June 21, 2023