Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2007 FBO #1930
SOURCES SOUGHT

J -- C4ISR ENGINEERING AND IT SUPPORT SERVICES

Notice Date
3/8/2007
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_42B02
 
Response Due
3/15/2007
 
Small Business Set-Aside
N/A
 
Description
SPAWARSYSCEN Charleston is soliciting information from potential sources to support Engineering, Technical, and Logistical requirements for Command, Control, Computer, Communications, Intelligence, Surveillance and Reconnaissance (C4ISR) equipment and systems, to include Homeland Security, Navy Operations Center (NOC) suites, Fleet Submarine Broadcast System (FSBS), Automated Digital Network Systems (ADNS), Combat Direction Findings (CDF), Navy EHF Communications Controller (NECC), Submarine HF Systems, Mini-DAMA, Digital Modular Radio (DMR) and Naval Tactical Command Support Systems (NTCSS), Department of Defense (DoD), Public Key Infrastructure (PKI), Naval Aviation Systems Command Weapons Command & Control Systems, Operational Test Launch, Air Assault and Special Mission Vehicle, Navy Acquisition Security Database System, SPAWAR C4I Distributed Common Ground System-Navy, Net Centric Enterprise Services, Fleet Global War on Terrorism Global Broadcast System, and MILSATCOM. Support services for C4ISR equipment and systems include analytical design; technical and engineering services; installation/planning of designated systems and equipment; and training support. Some systems may require twenty-four hours, seven days per week (24x7) system support. Specific experience is required in the design of secure Extranet, in which the Extranet must support Integrated Data Environment (IDE), create and update network applications for seamless integration, create and perform both Certificate Authority and Long Distance Automated Program services used in the current DoD PKI environments; maintain the integrity of official web sites, and ensure compliance with Section 508 of the Federal Rehabilitation Act. This is a follow-on requirement to contract N65236-03-D-5852 for information technology/engineering support services for C4ISR equipment and systems. The incumbent contractor is L-3 Communications Titan Corporation (formerly Titan Systems Corporation), Marlton, NJ. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for a task order based indefinite-delivery, indefinite-quantity cost-plus-fixed-fee type contract for a base period of one year with four one- year option periods. The principal places of performance include Cherry Point, NC and SPAWAR Systems Center Charleston. Firms are invited to submit the appropriate documentation, literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. Maximum page limitation is five (5) pages on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, via e-mail to kelly.cannady@navy.mil and paula.laquaglia@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 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; (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) a list of customers for relevant work performed during the past five years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with phone number. NOTE 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, nor any follow-up information requests. Respondents will not be notified of the results of the evaluation. Based on the analysis of the responses hereto, the Government reserves the right to consider a set- aside for one of the small business preference groups (i.e., 8(a), SDB, SDVO, etc..). The applicable NAICS code is 541519 with a size standard of $23 million. The Closing Date for responses is 15 March 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=6D5841B91333EA3888257298006026AC&editflag=0)
 
Record
SN01246951-W 20070310/070308221409 (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.