Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2004 FBO #1070
SOLICITATION NOTICE

K -- Engineering Services and Technical Support of the Single Consolidated Baseline (SCB) equipment suite. This support consists of system testing, system engineering, software and hardware anomaly resolution, documentation and training.

Notice Date
10/29/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Minerals Management Service GovWorks (Franchise) 381 Elden Street, MS 2510 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
0405AN40723
 
Response Due
11/10/2004
 
Archive Date
10/29/2005
 
Small Business Set-Aside
N/A
 
Description
This requirement is beinging issued by Govworks under the franchise authority of the Department of the Interior (DOI) on behalf of the Naval Research Laboratory. GovWorks/DOI intends to issue a Purchase Order. This is a combined synopsis/solicitation for commercial items prepared under FAR Part 13.5 - Test Program for Certain Commercial items, and prepared in accordance with the Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. The following provisions and clauses apply to the acquisition: 1) 52.212-1, Instruction to Offers-Commercial (Oct 2000); 2) 52.212-2, Evaluation-Commercial Items (Jan 1999); 3) 52.212-3, Offeror Representations and Certifications-Commercial Items (July 2002); 4) 52.212-4, Contract terms and Conditions-Commercial Items (Feb 2002); 5) 52.212-5 and 5) 52.212.5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2002). Please quote on the following: This contract is for engineering services and the continuing technical support of the SCB equipment suite and all legacy systems that have not yet been replaced by the SCB. The contractor must be intimately familiar with the technical aspects of the legacy systems such as ICEbox, as well as have extensive knowledge and hands-on experience with the components of the SCB, to include; Improved Communications Equipment-reduced (ICEcube), Simplified Improved Communications Equipment (SLICE) interface card, ICEcube Field Programmable Gate Array (FPGA) design and implementation, Peripheral Component Iterconnect (PCI) interface design card and Special Processor Setup Controller. The contractor shall provide engineering and technical support using experience and knowledge of existing ICEbox Systems, SLICE interface card, ICEcube FPGA design and implementation, ICEcube PCE drivers for Solaris, ICEcube ground station operations and ICEcube quantity hardware production and Testing. The contractor must be able to provide facilities for and personnel that can work at the required SCI security levels. The Period-of-Performance is Base Year October 1, 2004 through September 30, 2005 with four option years as follows: Option Year 1 October 1, 2005 through September 30, 2006; Option Year 2 October 1, 2006 through September 30, 2007; Option Year 3 October 1, 2007 through September 30, 2008; and Option Year 4 October 1, 2008 through September 30, 2009. The contractor shall perform the following travel: Base Year, six (6) one (1) week trips to/from NRL from/to contractor's facilities and up to four(4) two (2) week deployment trips to Vandenberg Air Force Base, CA, Germany, Japan, and /or Diego Garcia. Options Years, one (1) through four (4) each option year. Six (6) one (1) week trips to/from NRL from/to contractor's facilities and up to two (2) one (1) week deployment trips to Vandenberg Air Force Base, CA Germany, Japan, and /or Diego Garcia. The contractor shal submit the following data items as directed: a) Contractors Progress, Status & Management Report (monthly); b) Technical Report, Documentation Review (as required); Technical Report, Software Review (as required); c0 Technical Report, Hardware Review (as required); Technical Report, Meeting/Trip (as required, within 1 week); Technical Report, Study/Review (as required); and Test Report (as required). The contractor shall submit the following deliverable items as directed: a) Source code for all software developed (as required); b) Schematics, parts lists, and assembly drawings (as required); c) Wiring diagrams (as required); d) Test fixtures and any other supporting hardware and software (as required); and e) Other hardware deliverables (as required). The staffing required for this SOW is 1.25 manyears per year level of effort. The contractor shall provide the following engineering services and technical support or other SCB-related engineering tasks as directed: a) Attendance at Design Reviews, Test Reviews, and other technical meetings; b) Support the development of Test Plans, Test Procedures, Analysis, and Inspection; c) Provide analysis and anomaly resolution of the SCB System; d) Provide production capabilities for building quantities of components for SCB as required. This includes integrated Built -In-Test capabilities (BIT), error reporting, and detailed operating and maintenance manuals for the SCB hardware and all software; e) Provide integration and testing support; f) Provide deployment and operational support; g) Provide training support; and Provide problem resolution development and testing. How to Respond: In order to compete for this contract, an offeror must submit a qoute not later than 4:30PM EST, Wednesday, November 10, 2004, to Johnny Wright, Department of Interior, MMS/GovWorks, Procurement Operations Branch, 381 Elden Street, MS2500, Herndon, VA 20170, OR electronically to: Johnny.Wright@mms.gov. Quotes must be received by the closing date and time to be considered. Time of receipt of submissions will be determined by the time received in the Procurement Operations Branch, Herndon, VA. Questions must be faxed to 703-787-1874 or emailed to: Johnny.Wright@mms.gov. All correspondence must include the solicitation number (40723) & title ( Engineering Services and Technical Support for the Naval Research Laboratory), Offeror full name, email, phone number and fax number. Phone calls are strongly discouraged. Contract Award shall be made to the responsible offeror whose offer(s), in conforming to this RFQ, provides an overall best value to the Government's past performance and cost considered.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=195261)
 
Place of Performance
Address: Naval Research Laboratory (NRL) Washington, DC
Zip Code: 201704817
Country: USA
 
Record
SN00700987-W 20041031/041029212006 (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.