Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

23 -- CRISIS MOBILE UNIT (CRU)

Notice Date
2/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-07-R-0074
 
Response Due
3/15/2007
 
Archive Date
4/14/2007
 
Small Business Set-Aside
Partial Small Disadvantage Business
 
Description
The Space and Naval Warfare Systems Center, Charleston (SSC Charleston) provides highly technical services in support of SPAWAR Systems Center Charleston, as well as other Department of Defense (DoD), Federal and state agencies including Homeland Defense and FEMA. The Office of National Security Coordination, Federal Emergency Management Agency (FEMA) requires access to the Defense Continuity Integrated Network ??? Top Secret (DCIN-TS) in a mobile configuration of deployment during emergencies. The 53' Crisis Response Unit (CRU) will provide direct coordination between the offices of the DOD (Office of Secretary of Defense) and FEMA. Capabilities must fully replicate the terrestrial capabilities of FEMA's fixed base operations center(s). The contract will deliver a 53' Crisis Response Unit (CRU) to satisfy FEMA's requirement for a secure mobile command post. This is for multiple (up to ten) single system units built to exacting standards developed by the DOD's Office of the Secretary of Defense, and the Department of Homeland Defense (DHS). The procurement will be solicited as a competitive procurement set aside for Small Businesses. The Government estimate for this action is $20 Million. The Government anticipates to make a single award of an Indefinite Delivery/Indefinite Quantity performance-based type supply contract with provisions for Firm-Fixed Price task orders. All responsible sources are invited to submit a proposal which will be considered. Award will be made on a best value basis, considering cost, past performance and other factors. The contract will provide for up to ten (1) option quantities. The applicable NAICS code is 336214 with a size standard of 500 employees. The solicitation and any documents related to this procurement will be available on the Internet, on or about 15 March 2007 at the SPAWAR Business Opportunity Website, located at the following address: https://e- commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage? readform. Each offeror is responsible for monitoring this site for the release of the solicitation and any related amendments, and subsequently downloading their own copy of the solicitation and applicable documents. All responsible sources may submit a proposal, which shall be considered by the agency in response to this solicitation. Prospective offerors are required to supply the name and address of their company; a point of contact name; e-mail address; and telephone number with their proposal. On-line RFP's are available 24 hours a day, seven days a week. No paper copies will be issued. No telephone inquiries for the RFP will be honored. It is the offeror's responsibility to monitor this site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). No paper distribution of these documents will be provided. SPAWAR Systems Center Charleston bears no responsibility for data errors resulting from transmission or the conversion process. Questions/comments are to be directed to Ms. Debbie Spencer at e-mail address debra.a.spencer@navy.mil. Technical questions about the SPAWAR E- Commerce Website should be directed to Ms. Robin Turner, (843) 218-4486.
 
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=C90DABF531CF8BDE8825728A007A2CCC&editflag=0)
 
Record
SN01237157-W 20070224/070222221311 (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.