Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2003 FBO #0424
SOLICITATION NOTICE

58 -- Clarinet MERLIN Receiving System

Notice Date
5/24/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
N00039-02-R-0016
 
Response Due
8/28/2000
 
Point of Contact
Point of Contact - Sandra J Jones, Contract Specialist, 858-537-0306; Pamela F Kibler, Contract Officer, 619-524-7192
 
E-Mail Address
Contract Specialist
(jonessj@spawar.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Command (SPAWAR) intends to release Request for Proposal (RFP) N00039-02-R-0016 for a replacement system for the existing Clarinet MERLIN Receiving System (CMRS). This effort will include the production, integration, testing, installation, documentation and maintenance of the entire CMRS including the antenna, receiver, communications system to the Broadcast Control Authority (BCA), and the operator interface/display. The present CMRS is a shore based receiving system that monitors transmissions from the Submarine Emergency Communication Transmitter (SECT) buoys (AN/BST-1) launched from SSBN submarines. The receiver sites are strategically located at six sites, three covering the Atlantic Ocean and three covering the Pacific Ocean. In addition, one or more MERLIN receivers (based on the proposed CMRS) may be ordered for the TACAMO aircraft and the land based STRATCIMMWING ONE communications center. SPAWAR anticipates awarding a single Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract in fiscal year 2003, incorporating Fixed-Price Line Items, with hardware deliveries over an approximate three-year period followed by maintenance periods of up to a total of five years. A Statement of Objectives (SOO) will be provided to prospective offerors. Offerors will be required to provide (i) a Statement of Work (SOW)/specification for the CMRS, (ii) a technical proposal detailing how they will implement and meet the CMRS SOW they have submitted, and (iii) past performance information. The performance requirements for the CMRS are to receive, recognize and decode AN/BST-1 buoy transmissions and deliver the messages to the BCA as soon as possible in certain operational areas and within 24 hours of buoy activation in all operational areas with a 95% minimum probability. Additional requirements include: the system shall operate automatically without operator intervention and with minimum operator attention; the system shall be designed for low maintenance, minimum adjustment, high reliability, and high end-to-end system availability; the system shall be capable of conducting periodic system checks and continuous Built-In-Tests (BIT) to ensure the receiver is operational; and the system shall be capable of controlling several diversely-located CMRS(s) simultaneously from the BCA. An offeror must have a SECRET facility clearance to review classified documents referenced in the SOO and contractor personnel must have at least a SECRET clearance to access the BCA. A draft RFP including a draft Statement of Objectives is available at https://e-commerce.spawar.navy.mil under solicitation number N00039-02-R-0016. Click on Business Opportunities; then Headquarters; then Future Opportunity; then click on the yellow folder to the left of N00039-02-R-0016. The solicitation, when released, will also be posted to the SPAWAR website under Open Solicitations (vs. Future Opportunity) and no other notice will appear in FedBizOpps. Interested parties are invited to subscribe to the solicitation on the SPAWAR website to ensure they receive any solicitation amendments or notices connected with it. Any interested offeror shall notify the SPAWAR Points-of-Contact (POCs) listed in the last paragraph of this announcement of their name and address (Corporate/Principal Office) as well as the name, telephone number, fax, and e-mail address of their designated point of contact. Responses shall also indicate the Facility clearance level, e.g., Secret or Top Secret, of the offeror and a POC (name, phone number and/or e-mail address) at the Government activity that issued the Facility clearance. Additionally, interested offerors are requested to notify the SPAWAR Points-of-Contact (POCs) listed in the last paragraph of this announcement as to whether or not a commercial item can satisfy this procurement. Commercial item means- (1) Any item, other than real property, that is of a type customarily used by the general public or by non-governmental entities for purposes other than governmental purposes, and (i) Has been sold, leased, or licensed to the general public; or (ii) Has been offered for sale, lease, or license to the general public; (2) Any item that evolved from an item described in paragraph (1) of this definition through advances in technology or performance and that is not yet available in the commercial marketplace, but will be available in the commercial marketplace in time to satisfy the delivery requirements under a Government solicitation; (3) Any item that would satisfy a criterion expressed in paragraphs (1) or (2) of this definition, but for -- (i) Modifications of a type customarily available in the commercial marketplace; or (ii) Minor modifications of a type not customarily available in the commercial marketplace made to meet Federal Government requirements. Minor modifications means modifications that do not significantly alter the nongovernmental function or essential physical characteristics of an item or component, or change the purpose of a process. Factors to be considered in determining whether a modification is minor include the value and size of the modification and the comparative value and size of the final product. Dollar values and percentages may be used as guideposts, but are not conclusive evidence that a modification is minor; (4) Any combination of items meeting the requirements of paragraphs (1), (2), (3), or (5) of this definition that are of a type customarily combined and sold in combination to the general public; (5) Installation services, maintenance services, repair services, training services, and other services if -- (i) Such services are procured for support of an item referred to in paragraph (1), (2), (3), or (4) of this definition, regardless of whether such services are provided by the same source or at the same time as the item; and (ii) The source of such services provides similar services contemporaneously to the general public under terms and conditions similar to those offered to the Federal Government; (6) Services of a type offered and sold competitively in substantial quantities in the commercial marketplace based on established catalog or market prices for specific tasks performed under standard commercial terms and conditions. This does not include services that are sold based on hourly rates without an established catalog or market price for a specific service performed. For purposes of these services -- (i) Catalog price means a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or vendor, is either published or otherwise available for inspection by customers, and states prices at which sales are currently, or were last, made to a significant number of buyers constituting the general public; and (ii) Market prices means current prices that are established in the course of ordinary trade between buyers and sellers free to bargain and that can be substantiated through competition or from sources independent of the offerors. (7) Any item, combination of items, or service referred to in paragraphs (1) through (6) of this definition, notwithstanding the fact that the item, combination of items, or service is transferred between or among separate divisions, subsidiaries, or affiliates of a contractor; or (8) A nondevelopmental item, if the procuring agency determines the item was developed exclusively at private expense and sold in substantial quantities, on a competitive basis, to multiple State and local governments. If an interested offeror can identify a commercial item that will satisfy this requirement, it is requested that a description of the product, including its salient characteristics, be provided to the SPAWAR Points-of-Contact (POCs) listed in the last paragraph of this announcement. Such information may be in the form of brochures, pamphlets, catalogs, or other commercially-used descriptive literature. A brief listing of commercial customers, along with customer POCs and their telephone numbers shall also be provided. NO DETERMINATION HAS YET BEEN MADE AS TO WHETHER THIS RFP WILL EXCLUDE PARTICIPATION BY LARGE BUSINESSES. The NAICS code for this procurement is 334220. Therefore, a small business for the purposes of this procurement is defined as a business, including its affiliates, with no more than 750 employees. Please refer to FAR Part 19 for additional requirements that must be met in order to qualify as a small business. The FAR is available at http://web2.deskbook.osd.mil/default.asp. Pursuant to the above, in addition to providing the information requested above, an interested offeror who qualifies under NAICS code 334220 as a small business, small disadvantaged 8(a) certified business, small disadvantaged non-certified 8(a) business, woman-owned small business, HUBZone small business, veteran owned small business, or service-disabled veteran owned small business, is invited to submit a capabilities statement of no more than ten pages demonstrating that it can successfully provide the required system. The capabilities statement shall include a description of relevant past performance (previous or current experience) similar to the requirement for the past five (5) years, including names and telephone number of appropriate references. In addition, offerors shall provide resumes or a synopsis of the experience of the key personnel that would be assigned to this program. Offerors shall also include the following information: 1) Name and address of applicant (Corporate/Principal Office); 2) Name, telephone, fax, and e-mail of point of contact; 3) Date firm started; 4) Type of business (i.e. small business, small disadvantaged 8(a) certified business, small disadvantaged non-certified 8(a) business, woman-owned small business, HUBZone small business, veteran owned small business, or service-disabled veteran owned small business). Responses shall be e-mailed to jonessj@spawar.navy.mil and kiblerp@spawar.navy.mil. Responses received no later than noon Pacific Daylight Time on 14 June 2002 will be considered. If responses include some information that can not be e-mailed (such as brochures, pamphlets, catalogs and descriptive literature), offerors must state in their e-mail submission, that additional information will be mailed separately to the following address: Space and Naval Warfare Systems Command, Attention: Sandra Jones, Code 02-23P; Building OT-4, Room 1038; 4301 Pacific Highway; San Diego, CA 92110-3127. Questions or requests for additional information must be in writing and e-mailed to jonessj@spawar.navy.mil and kiblerp@spawar.navy.mil. Questions shall NOT contain any information considered proprietary as the questions and answers will be posted to the SPAWAR website. Telephone inquiries or requests will not be honored. Submissions that do not respond to the requirements of this notice will be considered non-responsive. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender. Any information considered proprietary shall be so marked. Information received will normally be considered solely for the purposes of determining whether (i) a commercial item will satisfy the CMRS requirements and (ii) a full and open competition or a competition that excludes participation by large businesses will be conducted. A determination by the Government not to exclude large businesses from this competition is solely within the discretion of the Government. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (24-MAY-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 28-JAN-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(http://www.eps.gov/spg/DON/SPAWAR/SPAWARHQ/N00039-02-R-0016/listing.html)
 
Record
SN00248271-F 20030130/030128215958 (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  © 1994-2020, Loren Data Corp.