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 -- Programmatic Engineering, Measurement, and Analysis (PEMA)

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_42B0E
 
Response Due
3/21/2007
 
Small Business Set-Aside
N/A
 
Description
SPAWARSYSCEN Charleston is soliciting information from potential sources to provide Programmatic Engineering, Measurement, and Analysis services in support of the C4I Acquisition Engineering Integration (CAEI) Department. The tasking for this contract includes but is not limited to providing support as a parallel effort to the Enterprise Production and Integration Contract (EPIC) and the C4I Production Contract. The primary scope of this contract is to provide independent assessments and analysis for the CAEI department. This scope will include but is not limited to: ??? Programmatic engineering ??? Independent technical studies and document reviews ??? Programmatic problem solving ??? Data Systems Engineering ??? IT Support and Data Management ??? Programmatic Analysis ??? Project monitoring and tracking, measurement and analysis support ??? Quality Assurance ??? Risk Management ??? Earned Value Management ??? Continuous improvement in ISO 9000, CMMI, and Lean Six Sigma Environment Potential sources must have specific functional and technical expertise in supporting C4I Acquisition Engineering & Integration (CAEI) programs for PMW- 750, PMW-760 and PMW???770. Tasking includes Ship Construction Navy (SCN) and Fleet Modernization Program (FMP). C4I Production programs to be supported include but are not limited to: CDF, CSRR, DMR, EMS, GCCS-M, ISNS, NAVMACS/SMS, NAVSSI, NITES, NTCSS, SSEE, SVDS, RWC, TFW, TMIP, CND EFW, VIDS, CESAS-MEWSS, OA-9277, SFWR, COBLU, GBS, PMCOMM, MCHS, ASDS, GSK, TRDF, MLCS, Hunter, VIXS, JTWS, SCAS, TPCS, ASU, ASCS, MRAP, and INTERNET CAF??. Activities include: C4I system design, acquisitions, integration, test, shipboard installation, and shipboard test conduct for C4I suites. In addition, potential sources must have demonstrated past performance as an ISO 9000 registered company and demonstrated past performance in software development, with a working knowledge of the software engineering methodology described in SEI Capability Maturity Model-Integrated (CMMI) Level 2. Also, potential sources must have demonstrated past performance in using Lean Six Sigma practices including implementation and execution of events with successful results. It is anticipated that a solicitation will be issued for a performance based indefinite-delivery, indefinite-quantity, cost-plus-fixed-fee type contract. The estimated contract value for this procurement is $29 million. 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. There is a page limit of five on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, Code 028CB, via e-mail to christopher.m.brown5@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 of 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) the percentage of work your company can perform with respect to the stated requirements (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); (9) a list of customers for relevant work performed during the past five years, including a summary of work performed, contract numbers, 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, or 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, SDV, etc.). The applicable NAICS codes is 541330 with a size standard of $25 million. The Closing Date for responses is 21 March 2007. Please reference Solicitation No. N65236-07-R-0080 when responding to this request for information. Due to the nature of the activities being performed on this effort, the contract resulting from this market survey will have an Organizational Conflict of Interest clause that will prohibit involvement of the successful offeror to propose or provide support as a prime or subcontractor on the EPIC contract and / or the Corporate Production contract.
 
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=85646DAEF477B5AA882572980066CCAF&editflag=0)
 
Record
SN01246952-W 20070310/070308221410 (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.