Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
SOURCES SOUGHT

R -- Technical Support Services

Notice Date
8/1/2003
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston MKTSVY 1D942
 
Response Due
8/15/2003
 
Point of Contact
Point of Contact - Joanne Banks, Contract Specialist, 843-218-5953
 
E-Mail Address
Email your questions to Contract Specialist
(joanne.banks@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SPAWARSYSCEN, Charleston is soliciting information from potential sources for Communications Assistance for Law Enforcement (CALEA) Services for the United States Department of Justice, Federal Bureau of Investigation (FBI), Electronics Surveillance Technology Section. The purpose of this notice is to (1) obtain expressions of interest from the small business community in the area of support of the FBI's program for the implementation of the CALEA; (2) roughly gauge the capability of those interested small business firms or teams as viable contenders at the prime contractor level; and (3) obtain the expressions of interest from all businesses in further discussions. The briefings and associated evaluations discussed in this notice DO NOT replace the in-depth evaluation of a firm or team's ability to perform. That evaluation will be part of a formal source selection process. As the Government is unsure of the extent of anticipated small and small disadvantaged business participation, it is undecided as to how many and/or what types of set-aside awards to target during the development of its acquisition strategy. Small Businesses should note that the North American Industry Classification Systems (NAICS) Code is 541330, and the size standard is $4 million. The U.S. Navy, Space and Naval Warfare Systems Center, Charleston (SSC) requires engineering support services. The Government's intent is that any resultant contract will be comprised of one base year and four one-year options. It will be awarded to a single firm/team using an Indefinite Delivery, Indefinite Quantity, Cost-Plus-Fixed fee contract type. The services acquired through the resultant CPFF contract will be used in SCC's support of the FBI's program for the implementation of the CALEA as listed in the attached Performance Work Statement (PWS). The successful offeror will be required to have a minimum of 3 years CALEA experience in various labor categories to be considered for this contract. The best-value award will consider technical issues significantly more important than cost, and subscribe to a Performance-Based Service. Contracting method of acquisition is essential for the Government to minimize unproductive performance on the part of the successful offeror. Therefore, the successful offeror will possess and propose to commit personnel on a full-time basis. Additionally, it is the Government's position that the successful offeror possess, individually or as a team, the following: (1) Experience in maintaining up-to-date knowledge and awareness of related policy and technical regulatory issues; (2) Experience in performing organization-wide surveillance activities over the issues facing and being addressed by organizations, including organic and contracted-support personnel; (3) Experience in performing technical solutions; and (4) Experience in establishing direct liaison with appropriate major law enforcement organizations. This notice is for planning purposes only. Firms are invited to submit appropriate documentation, literature, brochures and references to support that they possess the required specialized experience in the categories/sub-categories noted in the attached PWS with capabilities necessary to meet or exceed stated requirements. Responses shall be submitted by electronic mail to Joanne.Banks@navy.mil . (Request name of firm be stated in subject line of e-mail message.) Additionally, responses must include the following: (1) name and address of firm; (2) size of business: average annual revenue for past 3 years and number of employees; (3) ownership: Large, Small, Small Disadvantaged, 8(a), and/or Woman-Owned; (4) number of years in business; (5) two points of contact: name, title, phone, fax and email; (6) DUNS number (if available); (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers covering the past 5 years: highlight relevant work, as required above including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number. The summary must include an identification of how the experience ties to the categories/sub-categories noted above. NOTICE REGARDING SYNOPSIS: This synopsis is for information and planning purposes and is not to be construed as a commitment by the government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resulting solicitation for the requirement. The government reserves the right to consider a Small Business set-aside for any of the preference programs based on responses hereto. The applicable NAICS code is 541330, with a size standard of $4 million in annual receipts. Closing date for responses is 15 AUG 2003.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=NAVbusopor.nsf&whichdoc=2C15673F1367B41588256D75006EB612&editflag=0)
 
Record
SN00390226-W 20030803/030801214027 (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.