Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2005 FBO #1153
SOURCES SOUGHT

A -- COMMUNICATIONS-ELECTRONICS PLATEFORM FOR UNMANNED VEHICLE SYSTEM

Notice Date
1/20/2005
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-05-R-UAV
 
Response Due
2/4/2005
 
Archive Date
2/19/2005
 
Small Business Set-Aside
Total Small Business
 
Description
?Sources Sought Synopsis?. This sources sought is a mechanism for obtaining feedback from industry in regard to the general requirements regarding an upcoming procurement. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential sources and interested parties in the intended procurement of engineering and technical support services and supplies for the Special Communications Requirements (SCR) Division. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Interested sources should provide a capabilities package no longer than 10 pages demonstrating ability to perform the services listed below. Potential sources may submit resumes or personnel information plus information specific to your company including Name, Point of Contact, Size of Business, and Company Profile. Include any pertinent information on contracts that have been performed by the company, similar in size and complexity to this effort. The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communications Requirements (SCR) Division, Patuxent River, St. Inigoes, MD is seeking to award a small business set-aside contract and is seeking sources for engineering, technical, management and professional support services in support of communication-electronics platforms, equipment, systems, subsystems and unmanned vehicle (UV) systems. These services shall support concept evolution, design, development, integration, test and evaluation, maintenance, logistics, and Life-Cycle Support (LCS) of Navy, Army, Joint Services, Marine Corps, and other agencies communication-electronic platforms, equipment, systems, subsystems, and unmanned vehicle (UV) systems. The contractor shall provide its own support facilities needed to perform this tasking. Facilities shall be in the proximity of Naval Air Warfare Center Aircraft Division (NAWCAD), St. Inigoes, Maryland and Tampa, Florida; however, the facility location shall satisfy the daily technical and management operation of the contract. The contractor shall provide, for both on-site and off-site requirements, all equipment and office/facility furnishings to support the requirements. The contract type is anticipated to be a Indefinite Delivery Indefinite Quantity Contracts with task order awarded on a fixed price; cost plus (Level of Effort or Performance based strategy) or any other appropriate type, with an estimated total level of effort of 436,000 man-hours [St. Inigoes, MD - 82,000 man-hours & Tampa, Fl ? 354,000 man-hours] over a period of five years. The Government desires for all of the task orders to be based upon a Performance Based Statement of Work and interested potential sources are encouraged to provide input to possible performance metrics for this effort. The period of performance consists of one base year with performance commencing approximately 01 July 2005, with four 12-month option periods, which if exercised by the Government, will extend the period of performance of the resultant contract through 30 June 2010. The proposed contract will be subject to the Service Contract Act. The North American Industry Classification System (NAICS) Code is 541330 with a small business size standard of $23 million. The Contractor personnel shall be required to have a security clearance at the level required for each specific task, i.e.: confidential, Secret or Top Secret. A copy of the Statement of Work may be obtained at the NAVAIR Home Page. Basis for award of the resultant contract will be best value to the Government, cost and non-cost factors considered. . Eventually a complete solicitation and related documents will also be made available on the NAVAIR Home Page at a later date. Potential Offerors responding to this sources sought announcement will be notified via email when the solicitation is released. The www server may be accessed using client browsers such as NETSCAPE and Microsoft Internet Explorer. The www address or URL for the NAVAIR Home Page is http://www.navair.navy.mil/doing_business/open_solicitations/. Interested sources are requested to submit a capability package no later than 4 February 2005 as well as any questions, comments or suggestions to the point-of-contact for this procurement, Mr. Larry Carter, Code 2.5.1.2.2.5, Naval Air Warfare Center Aircraft Division, Villa Road, Building 8009, St. Inigoes, MD 20684-0010; telephone: (301) 995-8925, or preferably via E-mail at Larry.W.Carter@navy.mil. The Contracting Officer is Mr. J. Larry Mattingly, telephone: (301) 995-8119 or preferably via E-mail at Joseph.Mattingly@navy.mil. All responses must include the following information: Company name; Company address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
 
Place of Performance
Address: Special Communications Branch, St. Inigoes, MD
Zip Code: 20684
 
Record
SN00737691-W 20050122/050120212142 (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.