Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2005 FBO #1469
SOLICITATION NOTICE

R -- Engineering and Technical services in support of DoD's High Performance Computing Modernization Networks

Notice Date
12/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-05-R-0514
 
Response Due
1/3/2006
 
Archive Date
2/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Responses Question 1: Is there a page count/limit? Response 1: There is not a page limit; however, the Government does not anticipate the need for responses more than 20 pages in length. Question 2: Who is currently doing this work/is it follow on work? Response 2: This is a follow-on procurement to Contract N65236-02-D- 7838 with WareOnEarth Communications, Inc; however, the amount of services required has increased significantly since the award of the previous procurement. Question 3. Whether the government is satisfied with the incumbent and therefore likely to retain it to perform the work? Response 3. The Government is satisfied with the incumbent; however, this will be a competitive procurement and all bidders have an equal chance of winning. Question 4. Is the incumbent is graduating from an 8(a) or other program that entitled it to a set aside? Or, was the initial contract a set aside? Response 4. The original contract was a Total Small Business Set Aside. Question 5. How long the incumbent has been providing the services? Response 5. The incumbent has been providing these services for approximately 5 years. Question 6. Is incumbent WareOnEarth Communications eligible for rebid as small business on this? Response 6. This Government market survey is being utilized to aid in determining the appropriate set aside status for this requirement. Eligibility to bid on the solicitation, when it is released, will depend upon the type of set aside this requirement becomes. Question 7. Is the 250 thousand hour estimate accurate? Is there another incumbent involved? Response 7. The estimated hours are accurate. The Government anticipates a single award for this requirement. The hours estimated is the Government???s best estimate for the work anticipated. The only incumbent for this procurement is WareOnEarth. The Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston is issuing this Request for Information (RFI) for the purpose of identifying potential vendors to provide Engineering and Technical Support services in support of SPAWARSYSCEN Charleston code 81 (Charleston, SC and Norfolk, VA). This notice is for planning purposes only. The Navy seeks information about sources who can provide engineering and integration applicable to Information Technology equipment, support in the development, installation and maintenance of the DoD?s High Performance Computing Modernization Networks and the Army? s Test & Evaluation Centers, as well as network and security engineering support to other Navy, Civilian and other DoD requirements, and provides technical guidance and performs test, evaluation and validation of Information Systems. Tasks to be performed under this contract are directly related to systems, equipment, and programs, which SPAWARSYSCEN Charleston supports. Categories included are: High Performance Computing, Modeling and Simulation of information networks, Army Test & Evaluation Center networks, Wide Area and Local Area Network development, performance and integration, acquisition systems, processing systems, direction finding systems, communications (cryptographic and cryptographic ancillary) systems, telecommunication systems, antenna and Radio Frequency distribution systems, Automatic Data Processing systems, and analysis systems. The minimum requirements include: A. Systems Modeling and Simulation B. Systems Engineering, Integration, and Technical Support C. Program/Project Management and Technical Support D. Installation Planning, Installation, De-installation, and Maintenance/Repair Services E. Integrated Logistics Support (ILS) and Life Cycle Support F. Training Support G. Operations Support H. Program Management I. Facilities within one (1) hour?s diving time of the Charleston and Norfolk locations J. Security Clearances for personnel and facilities Requirements A-G are 85% of the total effort. Requirement H is 15% of the total effort. The Government is anticipating a Single Award, Cost Plus Fixed Fee type contract with incentives. The estimated value of the anticipated contract is 250 Million or more; however, there is no bid package or solicitation document associated with this announcement at this time. This requested information is for planning purposes only and is not to be construed as a commitment by the government. There is no intent to reimburse providers for the cost of submitting information in response to this RFI. SPAWARSYSCEN requests a Statement of Capabilities (SOC) from those submitting information. This procurement will be issued as a set- aside. Responses to this market survey will determine the appropriate type of set-aside to be issued, i.e., Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, and/or Veteran-Owned Business. Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for the 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 and; (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) corporate experience information covering the last 3-5 years relevant to the tasks noted above and the attached Statement of Work, include a contract number and point of contact with telephone numbers/emails. (9) any industry comments or questions regarding the attached Statement of Work (SOW) and Quality Assurance Surveillance Plan (QASP)/ Performance Requirements Summary (PRS). The Point of Contact for this request is Miss Tiffany Boatwright, Code 0218BT. Please provide responses no later than 27 December 2004 to Tiffany Boatwright via email Tiffany.Boatwright@navy.mil.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=0CEA34C726EB1D6E88257058006DD539&editflag=0)
 
Place of Performance
Address: SPAWARSYSCEN Charleston Norfolk Office Portsmouth, VA
Zip Code: 23702
Country: US
 
Record
SN00943846-W 20051204/051202212241 (fbodaily.com)
 
Source
FedBizOpps 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.