Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOLICITATION NOTICE

58 -- Aviation Technical and Maintenance Support Services

Notice Date
2/16/2006
 
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
N65236-06-R-0758
 
Response Due
6/30/2006
 
Archive Date
7/30/2006
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston is soliciting information from potential sources to provide the Aviation Command and Control (C2) Engineering Division, Code 66, technical and maintenance support services to support a broad range of complex electronic systems to the Naval Air Systems Command (NAVAIR), the Space and Naval Warfare Systems Command (SPAWAR), the National Science Foundation (NSF), the Central Command, Air Forces (CENTAF), and other government and non-government agencies. As the technical managers and In-Service Engineering Agents (ISEA) for various Navy/Marine Corps shore Air Traffic Control (ATC) systems. Code 66 is seeking information on how a Contractor could provide: project management, design, technical, installation, integration, testing, maintenance, configuration management and logistics support including material handling for ATC, Meteorological and Oceanographic (METOC), United States Antarctica Program (USAP), and CENTAF Command programs, systems, and equipments. To accomplish these tasks, the Contractor shall provide technical, maintenance, and installation services of a non-personal nature. You are requested to provide support documentation that indicates your company has the makeup/depth to adequately perform against each task, with both personnel and past experience. Do not include any documentation or percentages for any company other than your own. This is an analysis of your company's abilities and what it can or cannot perform. Respondents are to specify if they meet ISO 9000 requirements and Capability Maturity Model Integration (CMMI) Level 2 or 3 certified under the Software Engineering Institute CMMI. This is to be indicated by presenting a copy of the successful SEI Audit report/certification. During the support of the following tasks, the contractor shall be required to travel to various locations worldwide via delivery orders on an "as required" basis. A copy of the draft SOW is posted below as an attachment. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an indefinite-delivery, indefinite-quantity, cost plus incentive fee type contract, with task orders, base year plus four option years. Firms are invited to submit the appropriate documentation as described above in addition to any literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. Responses shall be submitted to SPAWARSYSCEN Charleston, Code 026DM, P.O. Box 190022, North Charleston, SC 29419-9022, or by e-mail to deborah.mcneely@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 the following applicable business types: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, and/or Veteran-Owned Business; (4) number or years in business; (5) two company 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) the percentage of work your company alone can perform against each task listed above (do not include any documentation or percentages for any company other than your own ??? no subcontractor information); (9) a list of customers for similar SOW work performed during the past five years, including the following: (i) a summary of work performed, (ii) contract number, (iii) contract type, (iv) dollar value for each contract referenced, and (v) a customer point of contact with phone number (this information is required to verify offeror's performance; the government may contact any reference for further validation); (10) a copy of the successful SEI Audit report/certification specifying the required Level 2 or 3. 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 GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET- ASIDE OR 8(A) SET-ASIDE BASED ON RESPONSES HERETO. THE APPLICABLE NAICS CODE is 541330 WITH A SIZE STANDARD OF $25,000,000. THE CLOSING DATE FOR RESPONSES IS 03 MARCH 2006 AT 2:00 PM (EST).
 
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=D7A4A2D33F1465638825711700547D5E&editflag=0)
 
Record
SN00989956-W 20060218/060216213245 (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.