Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2005 FBO #1431
SOURCES SOUGHT

69 -- Marine Corps Federation Aircrew Training Systems

Notice Date
5/19/2005
 
Notice Type
Sources Sought
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-05-R-0062
 
Response Due
6/3/2005
 
Point of Contact
Diane Conarroe, Contract Specialist, Phone 407-380-4417, Fax 407-380-4164, - Susan Gregory-Minor, Contract Specialist, Phone 407-380-8020, Fax 407-380-4164,
 
E-Mail Address
Diane.Conarroe@navy.mil, Susan.Gregory-Minor@navy.mil
 
Description
The Naval Air Systems Command (NAVAIRSYSCOM), PMA205, has a requirement for the analysis, enhancement, upgrade and continued configuration management and support of the US Marine Corps Tactical Environment Network (USMC TEN) software products and documentation. The Federated IPT requires the capability to install USMC TEN software and hardware enhancements, Command Post equipment, Local Area Network equipment, and Wide Area Networks equipment at Marine Corps and Navy facilities within and outside of the Continental United States (CONUS). The contractor shall modify and add capabilities to the TEN; perform USMC TEN configuration management tasks; modify training systems to interface with the TEN; integrate the TEN into training systems; procure, install, modify and upgrade network training command posts; integrate training systems into the Joint Forces Command Joint Training & Experimentation Network; integrate Marine Corps training systems into the Navy Continuous Training Evironment; procure and manage Local Area Networks/Wide Area Networks; conduct trade studies and analysis and provide reports associated with network training requirements and courses of action; and provide training in the use of the TEN. In addition, the Marine Aircrew Training Systems Squadron (MATSS) at MCAS New River, North Carolina requires follow-on Production, Upgrade, Enhancements and continued Initial Operational Test and Evaluation Phase (IOTEP) support to cover the following MATSS training equipment capabilities: MV22 Interactive Cockpit Learning Environment Equipment; USMC Command Post Equipment; Various Electronic Classroom Equipment; MATSS Distributed Classroom Extensions; Networking for the MATSS; Various Brief/Debrief/After-Action Review Equipment. The Contractor shall also be responsible for the operation and technical training/material support for the training equipment capability (including the MATSS Learning Resource Center) to ensure availability during the IOTEP period. IOTEP technicians shall be trained in electromechanical systems troubleshooting and operation, be thoroughly familiar with and qualified in operation and test of training equipment capabilities described above, be knowledgeable of training equipment programming, and testing and computer systems software, and have operational expertise on all systems to include computer, visual, and control loading systems Potential offerors are advised that the Government reserves the right to subsequently set this acquisition aside for small business or small and disadvantaged business should a reasonable number of qualified businesses respond to this 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. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing the 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. Failure to respond to this sources sought synopsis shall not limit a potential offeror’s ability to respond to a solicitation at a later date. This office anticipates awarding a 4-year IDIQ contract with firm-fixed price, cost-plus-fixed-fee, and Time & Material delivery orders. The capabilities statement must demonstrate the ability to perform the requirements listed above. The capabilities statement should include, at a minimum, the following information: (1) Name and address of the firm; (2) Size of business; (3) Ownership; (4) Year firm established; (5) Names of two principals to contact, including title and telephone number; (6) A description of previous experience within the last three years that demonstrates your firm’s ability to effectively manage or perform a similar effort. Desired specific information for each effort is: (a) Name of Contracting Activity; (b) Contract Number; (c) Contract Type(d) Period of Performance, Total Contract Value, and Total Dollar Value under the Contract that the firm was actually responsible for under this NAICS code; (e) Summary of contract work; (f) Contracting Officer name and current telephone number. Responses must be submitted electronically to the Contract Specialist in Microsoft Word format or Portable Document Format (PDF) at the following address: diane.conarroe@navy.mil not later than 3 June 2005. Type N61339-05-R-0062 as the subject of the electronic mail message. Page limitations (12-point font minimum) for the capabilities statement are no more than 16 pages. No other attachments will be reviewed. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-MAY-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-OCT-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVAIR/N61339/N61339-05-R-0062/listing.html)
 
Place of Performance
Address: MCAS New River, NC
 
Record
SN00920901-F 20051027/051025213104 (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.