SOLICITATION NOTICE
D -- Joint Theater Level Simulation-Global Operations Support
- Notice Date
- 6/5/2025 6:53:49 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018925RZ042
- Response Due
- 6/19/2025 2:00:00 PM
- Archive Date
- 07/04/2025
- Point of Contact
- Martyn Piggott
- E-Mail Address
-
martyn.t.piggott.civ@us.navy.mil
(martyn.t.piggott.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Joint Staff, J7 (JS J7), Deputy Director Joint Training (DD JT) requires the procurement of operations and maintenance (O&M), and research, development, test and evaluation (RDT&E) support services associated with the continued operation, maintenance, and further development of the Joint Theater Level Simulation-Global Operations (JTLS-GO) combat simulation software. The NAVSUP Fleet Logistics Center (FLC) Norfolk, Contracting Department, Pentagon Directorate intends to solicit this requirement on a sole-source basis with Valkyrie Enterprises, LLC (Valkyrie - CAGE: 6U039). The procurement is being processed through other than full and open competition pursuant to the statutory authority of 10 U.S.C. 3204(a)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1. As provided in FAR 6.302-1(a)(2)(iii), �For DoD,� 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 � (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition; or (B) Unacceptable delays in fulfilling the agency�s requirements.� Accordingly, these follow-on services are available from only one responsible source and no other type of supplies or services will satisfy the agency�s requirements. It is intended for the resultant contract to consist of a twelve-month base period and two, twelve-month option periods to extend the term of the contract through 29 September 2028 if all options are exercised, and the anticipated contract award date is 19 September 2025. The requirement will primarily be performed at Valkyrie�s facility located in California and the JS J7 facility located in Suffolk, Virginia. However, some work will require the contractor to work at various contractor sites, government facilities, and other government approved locations. The applicable North American Industry Classification System (NAICS) is 541330, business size standard is $25.5 million, and Product Service Code is DA01. Upon its release, the solicitation will be issued electronically and be available for downloading via the System for Award Management website (https://www.sam.gov/). The closing date for the receipt of offers will be set forth in the Request for Proposals and is tentatively scheduled to be 1 August 2025. Paper copies, faxed copies, or email copies of the solicitation will not be provided. Interested parties are solely responsible for monitoring the above website for the posting of the RFP and any amendments thereto. The Government will not pay for the information received. By submitting an offer, the offeror is self-certifying that neither the requestor nor the principal corporate official and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirements that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award. Lack of registration in the SAM database will make contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the internet at https://www.sam.gov/. Further, offerors are required to go online to the SAM website to complete their Online Representations and Certifications Applications (ORCA) prior to the submittal of their proposal. The point of contact for this requirement at NAVSUP FLC Norfolk, Contracting Department, Pentagon Directorate is Martyn Piggott who may be contacted by phone at (771)229-3009 or by e-mail at martyn.t.piggott.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cb1f66a474a946f6aad3f9a1635efb80/view)
- Place of Performance
- Address: Suffolk, VA 23432, USA
- Zip Code: 23432
- Country: USA
- Zip Code: 23432
- Record
- SN07467005-F 20250607/250605230048 (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 |