Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOURCES SOUGHT

87 -- SOURCES SOUGHT

Notice Date
7/28/2005
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_2B822
 
Response Due
8/15/2005
 
Small Business Set-Aside
N/A
 
Description
SPACE AND NAVAL WARFARE SYSTEMS CENTER (SPAWARSYSCEN), Charleston is seeking qualified sources capable of providing systems engineering and technical support services for the SSC- C projects supporting programs such as Global Command and Control System (GCCS) Joint (GCCS-J) and Maritime (GCCS-M), Integrated Imagery and Intelligence (I3), Joint Deployable Intelligence Support System (JDISS), Network Centric Enterprise Services (NCES), Joint Command and Control System (JC2), Distributed Common Ground System (DCGS), and DCGS Integrated Backbone (DIB) and other federal agency programs. Type of services anticipated are systems engineering and technical support services - to include providing support for the development, installation, maintenance and support of equipment (hardware and software), for ships, aircraft, shore based command activities and their associated communication infrastructures, mobile tactical and special purpose craft, and their associated support systems. This effort is a follow-on contract to SPAWAR contract N65236-00-D-7812. The incumbent under the contract is Mandex, Inc. of Fairfax, VA. The work under this effort is estimated to be $50 million dollars. The applicable NAICS Code for this effort is 541330 with a size standard of $23million. The applicable FSC Code is 8711. Parties who have all or part of the capabilities to perform the services described above are requested to submit capability statements, limited to not more than five (5) pages in length, single-spaced, 12 point font minimum) and must address the following: (1) Name, address, telephone number and email address of firm; (2) size of business: average annual revenue for past three years and number of employees, Cage code, DUNS number, NAICS code; (3) Ownership: Large, Small, Small Disadvantaged, 8(a) and/or Woman- Owned; (4) Number of years in business; (5) technical capability; (6) affiliate information: parent coporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (7) a list of customers covering the past 5 years, highlighting relevant work including a summary of work performed, contract number, contract type, dollar value for each customer referenced and customer point of contact with telephone number. A Cost-plus-fixed-fee contract with a base of one year with four (4) one-year options and an Award Term incentive option for two (2) additional years is anticipated. Responses to this Sources Sought must be received not later than 2:00 p.m. 15 August 2005. Mailing address: Commanding Officer, ATTN: Paula S. Somers, Code 0217, P O Box 190022, North Charleston, SC 29419-9022. Information received will be considered solely for the purpose of evaluating the intent of this notice and explore contracting and subcontracting opportunities. Questions pertaining to this notice may be directed to Paula Somers, Contract Specialist, at paula.somers@navy.mil. THIS IS NEITHER A REQUEST FOR A FORMAL PROPOSAL OR A PRESOLICITATION NOTICE. This notice is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The Government will not pay for the provision of any information nor will it compensate any respondents for the development of such information. This synopsis is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Unless otherwise stated herein, no additional written information is available, and no formal Request for Proposal (RFP) or other solicitation regarding this announcement is currently available. Requests for the same will be disregarded. If a solicitation is released it will be synopsized in the FEDBIZOPS and the SPAWAR E-COMMERCE webpage: https://e- commerce.spawar.navy.mil/command/0 2/acq/navhome.nsf/homepage readform. It is the potential offeror???s responsibility to monitor these sites for the release of any solicitation or synopsis.
 
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=5BC7DDEB7590DC0A8825704C006569DB&editflag=0)
 
Place of Performance
Address: SPAWARSYSCEN CHARLESTON PO BOX 190022, CHARLESTON SC
Zip Code: 29419-9022
Country: USA
 
Record
SN00857264-W 20050730/050728212947 (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.