Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2025 SAM #8523
SOURCES SOUGHT

R -- Single Source Web Based Access to Critical Engineering Standards and Technical References

Notice Date
3/26/2025 1:04:17 PM
 
Notice Type
Sources Sought
 
NAICS
519290 —
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-25-RFI-0391
 
Response Due
3/31/2025 8:00:00 AM
 
Archive Date
04/15/2025
 
Point of Contact
Tim Caracciolo, Phone: 7323234643
 
E-Mail Address
timothy.j.caracciolo.civ@us.navy.mil
(timothy.j.caracciolo.civ@us.navy.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This is a sources sought market survey. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. There is no RFP available at this time. Any information submitted by respondents to this RFI is strictly voluntary. Responders are advised that the United States Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a RFP is released, it will be synopsized on the beta.SAM.gov website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. PSC Code: R425 � Support- Professional: Engineering/Technical NAICS Code: 519290 � Web Search Portals and All Other Information Services NAWCAD Lakehurst is requesting information from industry, cognizant of DFARS 205.205-71, in order to identify qualified business vendors able to supply a web based, single-source access to critical engineering standards and technical references, both military and commercial. The system must provide access 24 hours a day, 7 days a week, which will allow unlimited users researching while the subscribed content is managed by licenses highlighted below. Single-access for concurrent licenses is as follows: Military Standards and Specifications, 5 concurrent licenses; Department of Defense Directives & Naval Instructions, 2 concurrent licenses; Industry Adopted Standards, 2 concurrent licenses; Institute of Electrical and Electronic Engineers, 999 concurrent licenses; American Welding Society (AWS), 5 concurrent licenses; SAE International, 110 concurrent licenses; American Society for Testing and Materials, 999 concurrent licenses; Aerospace Industries Association/National Aerospace Standards (AIA/NAS), 5 concurrent licenses; SAE International Tech America, 15 concurrent licenses; Compressed Gas Association, 1 concurrent license; American Society of Mechanical Engineers (ASME) Boiler and Pressure Vessel Code (BPVC) and Standards, 4 concurrent licenses; ASME BPVC Advantage, 4 concurrent licenses; and Parts Intelligence with Fasteners and Authorized Distributors, 1 concurrent license. The period of performance will be one base year, with two additional option years. RESPONSES Please answer the following questions/provide the following feedback in your response to this RFI: 1. Technical and experience information on their ability to provide a product that meets the above along with a proof of distributorship. 2. Rough Order of Magnitude pricing information. 3. Please identify your company's small business size standard based on the primary NAICS code of 519290. The small business size standard for this NAICS code is 1000 (in number of employees). For more information refer to http://www.sba.gov/content/table-smallbusiness- size-standards. Please identify, if your business is categorized as a small business by the SBA, or any of the following subcategories: Small Business (SB) Concern, 8(a), Small Disadvantaged Business (SDB), Woman-Owned Small Business, Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business, or a Service-Disabled Veteran-Owned Small Business. 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under the primary NAICS code? If you are a SB please answer questions 2a & b. (a) What percentage of this requirement do you plan to perform in house (not sub-contract out)? Also indicate (with supporting rationale) if/how your company would be compliant given the restrictions identified in the Defense Authorization Bill 2013, which states that at least 50 percent of the total contract cost will be performed by the small business prime contractor or small business similar situated entities. (b) If you are a small business, does your company have adequate resources, financial or otherwise, to perform the requirement? 5. Please provide any other pertinent information. In addition, all vendors must be registered in Systems for award Management (SAM Database. The internet website is https://www.sam.gov/portal/public/SAM/. It is mandatory to register with the SAM as your DUNs Number (Data Universal Numbering System) and your CAGE CODE (Commercial and Government Entity) code will be required to conduct business with the Department of Defense. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF); information will be available in subsequent order. Please include CAGE CODE, DUNs Number, and payment terms in your response. Responses should reference N68335-25-RFI-0391. Interested parties shall respond to questions 1-5 by 11:00am EDT on 31 March 2025. All information submitted should support the offeror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these items and sent to timothy.j.caracciolo.civ@us.navy.mil. Verbal responses are not acceptable and will not be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/16289714954c44998a0bfab126449183/view)
 
Place of Performance
Address: Lakehurst, NJ, USA
Country: USA
 
Record
SN07387581-F 20250328/250326230100 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.