Search Contract Opportunities

Notice of Intent to Award Sole Source to B23 LLC   2

ID: N66001-22-R-0063 • Type: Presolicitation
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 response outline indicating that my company is also capable of performing this sole source work
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

The Department of the Navy, Naval Information Warfare Center, Pacific (NIWC Pacific) hereby publicizes its
intention to solicit, negotiate, and award a sole-source, firm fixed priced contract with B23 LLC (B23), of
Tyson, VA. This action will provide support for UNACORN Data Engineering pipeline. The contractor shall
use best practices and methods from commercial industry to perform the extraction, processing, analysis,
transformation and feature enhancement of the data sets for use by Artificial Intelligence (AI) and
Machine Learning (ML) models and algorithms. The contractor shall develop real-time data pipeline
monitoring and operations dashboards in order to determine Data Quality and Data Drift and take
corrective actions on the data sets. B23 leadership team was involved in the first DoD cloud computing
data engineering workload back in 2010 by architecting a logistics system for the US Marine Corps System
Command (MARCORSYSCOM). B23 team was responsible for the deployment and received its Authority to
Operate ("ATO") for the first C2S workload to analyze mission data for the sponsoring agency. The
contractor is currently performing this work for the UNACORN project under N66001-20-C-0018. Executing
a full and open competition would yield no viable alternate sources and would cause the program office
and sponsor to incur a substantial duplication of cost, and significant schedule delays in fulfilling the
requirements.
Authority for other than full and open competition under 10 U.S.C. 2304(c)(1), as implemented by FAR
6.302-1: Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency
Requirements. According to FAR 6.302-1(a), full and open competition need not be provided for when the
supplies or services required by the agency are available from only one or a limited number of responsible
sources, and no other type of supplies or services will satisfy agency requirements. 10 U.S.C. 2304(d)(1)
(B) authorize sole source awards where services may be deemed to be available only from the original
source in the case of follow-on contracts for the continued provision of highly specialized services when it
is likely that award to any other source would result in unacceptable delays in fulfilling the agency's
requirements.
Be advised that the aforementioned information is anticipatory in nature and is not binding. This notice is
not a request for competitive proposals; however, any firm believing that they can fulfill the requirement
of providing this service may be considered by the agency. Interested parties shall identify their interest
and capabilities in response to this synopsis, and must clearly show the firm's ability to be responsive.
Information received will normally be considered solely for the purpose of determining whether to conduct
a competitive procurement. Any capabilities, comments, questions, or concerns regarding this notice may
be submitted IN WRITING via e-mail to dan.a.nardi.civ@us.navy.mil. A determination by the Government
to compete the proposed contract based upon responses to this notice is solely within the discretion of the
Government.
The applicable North American Industry Classification System (NAICS) Code is 541330, and the size
standard is 500 employees. The anticipated period of performance will be five (5) years (to include one
(1) year base period and four (4) one (1) year option periods. Questions and/or responses are due by 29
APRIL 2022 at 1200 PT.

Overview

Response Deadline
April 29, 2022, 3:00 p.m. EDT Past Due
Posted
April 15, 2022, 3:37 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Odds of Award
63%
On 4/15/22 Naval Information Warfare Systems Command issued Presolicitation N66001-22-R-0063 for Notice of Intent to Award Sole Source to B23 LLC due 4/29/22. The opportunity was issued full & open with NAICS 541330 and PSC D.
Primary Contact
Title
Contract Specialist
Name
Dan A Nardi   Profile
Phone
(619) 553-4511

Documents

Posted documents for Presolicitation N66001-22-R-0063

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation N66001-22-R-0063

Contract Awards

Prime contracts awarded through Presolicitation N66001-22-R-0063

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N66001-22-R-0063

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N66001-22-R-0063

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > SPAWAR > SPAWAR PACIFIC > NIWC PACIFIC
FPDS Organization Code
1700-N66001
Source Organization Code
100076487
Last Updated
May 14, 2022
Last Updated By
michael.j.blakeley@navy.mil
Archive Date
May 14, 2022