Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2007 FBO #1899
SOURCES SOUGHT

J -- OCONUS Automated Tank Gauge (ATG) and Airfield Refueling Electrical Supervision and Control System (ARES)

Notice Date
2/5/2007
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_37492
 
Response Due
2/16/2007
 
Small Business Set-Aside
N/A
 
Description
DESC: SPAWARSYSCEN, Charleston is soliciting information from potential sources for providing Engineering services in support of OCONUS Automated Tank Gauge (ATG) and Airfield Refueling Electrical Supervision and Control System (ARES). This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an Indefinite-Delivery, Indefinite-Quantity Cost Plus Fixed Fee type contract with task orders. Firms are invited to submit appropriate documentation, literature, brochures and references to support that they possess the required specialized experience and capability to meet or exceed ALL the following requirements: Services are required to support the maintenance on installed equipment for Automated Tank Gauging (ATG) Systems Airfield Refueling Electrical Supervision and Control System (ARES) and associated communication devices (modem and radio) installed at various Army, Air Force, Navy, and Marine Corps fuels facilities located in OCONUS. This effort is to provide Corrective Maintenance, Preventative Maintenance, Telephone support, on- site maintenance support, and site support. The contractor is required to provide labor, material, parts, tools, test equipment, transportation, and travel for maintaining, diagnosing, and repairing equipment associated with the ATG and ARES systems. The contractor shall provide the qualified personnel and the required equipment to provide the maintenance support. The maintenance support shall include verification, testing, and inspection along with drawing development. For more information regarding the requirement, a draft Statement of Work (Attachment A) and Listing of OCONUS Fuel Sites (Attachment B) are attached. The estimated cost of this requirement is $29,500,000.00 over five years. Responses shall be submitted to SPAWARSYSCEN, Charleston, Code 027CH, PO Box 190022, North Charleston, SC 29419-9022, attention Christy Hammett or by electronic mail to christy.hammett@navy.mil . FEDEX packages should be sent to: SPAWAR Systems Center Charleston, Attn: Christy Hammett, Code 027CH, 2921 Avenue B North, Building 1639, North Charleston, SC 29405-1639. Responses must include the following: (1) name and address of firm; (2) size of business; average annual revenue for past 3 years and number of employees; (3) ownership: Large, Small, Small Disadvantage, 8(a), and/ or Woman-Owned; (4) number of years in business; (5) two points of contact: name, title, phone, fax and email; (6) DUNS number and Cage Code (if available); (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers covering the past 5 years: highlight relevant work, including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number and email address. NOTICE 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 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 follow-up information requests. 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 $25M. Closing date for response is 16 February 2007.
 
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=3F199BF9A8E39314882572790054ECDB&editflag=0)
 
Record
SN01226139-W 20070207/070205223006 (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.