Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2002 FBO #0319
SOLICITATION NOTICE

R -- Technical Support Services for the Theater Warfare Systems Department

Notice Date
10/15/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017803R3002
 
Archive Date
1/10/2004
 
Point of Contact
XDS1318 (540) 653-7765 XDS1318 (540) 653-7765
 
Description
This is a resubmission, in its entirety, of synopsis N0017803R3002. The original synopsis was submitted with an incorrect synopsis number, N0017803Q3002, on 11 October 2002. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) has a requirement for technical support services for the Theater Warfare Systems Department in the following functional areas: Engineering/Systems Engineering/Planning Support; Warfare and Systems Analysis/Assessment Support; Cost and Affordability Analysis Support; Modeling and Simulation Support; Software Engineering/Computer Program Support; Configuration Management/Quality Assurance Support; Electronic Documentation/Data Management/Databases/Website Support; and General Support. The services required under this contract shall be divided into three program system/categories each identified by a separate CLIN. The government shall award one contract for each CLIN for a total of three contracts. The three CLINS are as follows: (1) CLIN 0001 - Control Programs/Systems. Specific Control Programs/Systems that will be covered include: Command and Control Systems; Ship Self Defense System (SSDS); Cooperative Engagement Capability (CEC); Rapid ASM Integrated Defense System (RAIDS); Shipboard Gridlock System (SGS) and Shipboard Gridlock System with Automatic Correlation (SGS/AC); Tactical Control System (TCS); Advanced Combat Direction System; Area Air Defense Commander (AADC); Common Command and Display (CC&D); Joint Interface Control Officer (JICO); Global Command & Control System - Maritime (GCCS-M); (2) CLIN 0002 - Detect/Engage Programs/Systems. Specific Programs/Systems that will be covered include: Advanced Field Artillery Tactical Data System (AFATDS); Supporting Arms Coordination Center (SACC); Land Attack Warfare (LAW); Naval Fires Control System (NFCS); Advanced Tomahawk Weapon System (ATWCS); Gun Computing Control System (GCS); Gun Weapon System (GWS); Tactical Tomahawk (TACTOM); Common Land Attack Warfare System (CLAWS); SPY-1 (and Variants); SPY-3; Advanced Radars; Advanced Integrated Electronic Warfare System (AIEWS); AN/SLQ-32; MK 53 Decoy Launching System; Multiple Link Antenna System (MLAS); Infrared Search and Track (IRST); Tactical Data Links; Light Airborne Multi-Purpose System (LAMPS) MKIII; Naval Fires Network (NFN), Precise Tactical Targeting (PTT); Space-Based Infrared System (SBIRS), and CobraJudy Replacement Radars, and (3) CLIN 0003 - Missile Defense/Interoperability/Fleet Level Assessments/Intelligence Programs/Systems. Specific Programs/Systems that will be covered include: Theater Ballistic Missile Defense (TBMD) and related programs/systems such as Sea-based Midcourse Defense (SMD); Ground Based Midcourse Defense System (GMD); Sea-based Terminal Defense (STD); Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Systems; Supporting Intelligence Office (SIO); Special Security Office (SSO); Distributed Engineering Plant (DEP); Joint Distributed Engineering Plant (JDEP); Battle Management, Command, Control, Communications, Computers and Intelligence (BMC4I); Joint Theater Air and Missile defense (JTAMD); Joint Warrior Interoperability Demonstrations (JWID); Theater Air and Missile Defense (TAMD); Battle Force Team Trainer (BFTT); Orbit Mensuration & Navigation Improvement System (OMNIS); Joint Interface Control Officer (JICO). General Support requirements will apply to each CLIN. The NAICS code is 541330, the FSC is R425. The RFP number will be N00178-03-R-3002. There are four mandatory requirements for each contract that must be met: (1) Workforce Location - Personnel who are proposed to provide 80% or more of the hours to be direct charged must be located within one hour driving time of NSWCDD, Dahlgren, VA. The contractor's primary facility supporting this acquisition must be located such that the contractor can respond to a requirement and have his personnel at NSWCDD, Dahlgren VA within one hour by surface transportation. (2) Facility Security Clearance - The contractor's primary facility supporting this acquisition must have a facility clearance of SECRET level. (3) Key Personnel Security Clearance - All proposed key personnel for which a resume is provided must have a security clearance of SECRET or higher upon award of the contract. Additionally, at least two employees must have a TOP SECRET clearance. (4) Personal Com puters/Software/Electronic Communication - The contractor shall have hardware and software that will allow ready transfer of information between the contractor and the Government during the period of performance for this contract. The hardware required would include, but is not limited to: IBM compatible personal computers, POWERMACs, SGI workstations, Laser Printers, Color Printers, Color Scanners, Ink Jet Plotters (E size), Color Copier. Software required would include, but is not limited to, the current version/upgrade of: Windows 2000, MS Office 2000, Corel WordPerfect Suite 10, MS Project 2000, Corel Draw 10, Stanford Graphics, MacOS, Canvas 8, Photoshop 6, C, C++, UNIX, FORTRAN, Pascal, Ada, CMS-2 (Assembly and HL), SimDraw, ModSim, MATLAB, MATLAB Mapping Toolbox, Open Inventor (SGI), IMSL mathematics and statistics libraries. This acquisition will be solicited as on an unrestricted full and open competition basis. A Pre-Proposal Conference shall be scheduled within two weeks after the RFP issue date. The resulting three contracts will be Indefinite Delivery/Indefinite Quantity Contracts with a cost-plus-fixed fee (term and completion) pricing arrangement. The contracts will have a contract ordering period of four years and will contain an Award Term Plan and Award Term Clauses that may, based on the contractor's performance, extend the ordering period for an additional three years. Any adjustment to the Award Term will not result in a contract ordering period of less than four years or greater than seven years from the date of award of the contract. A Best Value Source Selection process will be utilized and contractors will be required to submit a portion of their proposal in a written format, and a portion will be presented orally . Proposals for each CLIN shall be complete separate stand alone offers. The RFP will provide the specific details. The resulting contracts will contain an Organizational Conflict of Interest Clause. This acquisition is a follow-on to NSWCDD Contract N00178-99-D-3034 with EG&G Services, 900 Clopper Road, Suite 200, Gaithersburg MD 20878. It is anticipated that the Request for Proposal (RFP) will be available on the NSWCDD Procurement Division homepage (http://www.nswc.navy.mil/supply) by 31 October 2002. The solicitation will be open for 70 days. The contract award dates are targeted for 1 August 2003 with performance to begin 1 October 2003. NSWCDD has implemented Electronic Commerce in the acquisition area, therefore, the RFP resulting from this synopsis and any subsequent amendments will only be available at the above website and http://www.fedbizopps.gov. Hard copies will not be provided. Vendors should regularly access the NSWCDD website to ensure they have downloaded all amendments. DoD will no longer award contracts to Contractors that are not registered in the Central Contractor Registration (CCR) database. Registration may be done by accessing the CCR Website at http://www.ccr2000.com A paper registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414.
 
Record
SN00188344-W 20021017/021015213401 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.