Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2005 FBO #1319
SOURCES SOUGHT

J -- Support of Environmental Testing, Training, and Education

Notice Date
7/5/2005
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_2057E
 
Response Due
7/11/2005
 
Small Business Set-Aside
N/A
 
Description
SPAWARSYSCEN Charleston is soliciting information from potential sources to provide support services required to support Code 59 customers including: Naval Sea Systems Command (NAVSEA), U.S. Coast Guard (USCG), United States Special Operations Command (USSOCOM), United States Central Command (USCENTCOM), Army Corps of Engineers, Joint Communications Support Element (JCSE) and United States Marine Corp (USMC) at a minimum. The Space and Naval Warfare (SPAWAR) Systems Center, Charleston (SPAWARSYSCEN Charleston), Communications Systems Department, Joint Warfighter Support Division, Code 59, in support of its sponsors and customers, is tasked to provide corrosion technology and testing, life cycle environmental support services, manufacturing technology and information technology services, training and education services, and support for SOF Joint Programs related to C4ISR systems, subsystems and equipment. The contractor shall provide qualified personnel in the following functional areas: analytical, design, and technical services; installation planning and equipment/system fabrication, modification, installation, and testing services; technical documentation and life cycle maintenance services; training material development and implementation services; corrosion control surveys and corrective action; corrosion material analysis and controls. In addition, the contractor will be required to prepare and maintain detailed schedules of fielded systems, financial planning and reporting, tracking of project progress and be capable of participating in planning and working sessions at SSC-C facilities in Charleston SC, Pensacola FL, Fort Bragg NC, Tampa FL and other areas as identified. The contractor personnel are required to be intimately familiar with these functional areas and customer base and all other requirements needed for proper performance of these tasks. This is a follow-on requirement to contract N65236-02-D-3826 for engineering support services required to support Code 59. The incumbent contractor is Concurrent Technologies Corporation (CTC), Johnstown, PA. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for a task order based indefinite-delivery, indefinite-quantity cost-plus-award-fee type contract. The estimated contract value for this procurement is $29 million. Firms are invited to submit the appropriate documentation, literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a limit of five (5) pages on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, Code 0215JS, via e-mail to jesse.seaton@navy.mil. Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, and/or Veteran-Owned Business; (4) number or years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (if available); (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) and a list of customers for relevant work performed during the past five years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with phone number. NOTE REGARDING SYNOPSIS: This synopsis is for information and planning purposes ONLY 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, nor any follow-up information requests. Respondents will not be notified of the results of the evaluation. The applicable NAICS code is 541330 with a size standard of $23 million. The Closing Date for responses is 11 July 2005.
 
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=6A75327036FDE61A88257030006F4222&editflag=0)
 
Record
SN00841516-W 20050707/050705212105 (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.