Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
SOURCES SOUGHT

58 -- TOCNET HEADSETS

Notice Date
12/6/2007
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_559A6
 
Response Due
12/14/2007
 
Point of Contact
Point of Contact - Jo Ann Lawless, Contract Specialist, 843-218-5246
 
E-Mail Address
Email your questions to Contract Specialist
(joann.lawless@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston, is soliciting information from potential sources to provide Tactical Operations Center Intercommunication System (TOCNET) headsets for the USMC MRAP Program. The purpose of this contract will be to establish an IDIQ contract for headsets that provide a noise amplification and noise reduction capability that will work with the TOCNET Intercom System. Successful offeror will expected to deliver a minimum of 5000 headsets per month. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an indefinite-delivery, indefinite-quantity Firm-Fixed-Price, Commercial type contract issued under FAR Part 12. The period of performance will for a base period of one year and two one-year options. Firms are invited to submit any 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 (5) on data submitted. Draft Requirements are attached. Responses shall be submitted via e- mail to SPAWARSYSCEN, Charleston, Jo Ann Lawless, at joann.lawless@navy.mil, Code 2.2.3JL. (Request that name of firm be stated in subject line of e-mail message). Responses must include the following: (1) name and address of firm; (2) size of business: average annual revenue for past three years and number of employees; (3) ownership: Large, Small, Small Disadvantaged, 8(a), and/or Woman- Owned; (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: 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 3 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. Teaming partnerships and joint ventures envisioned under FAR 52.219-27 (c) and (d) for Service-Disabled Veteran Owned Small Businesses and FAR 52.219-3 (c) and (d) for HUBZone Businesses established to meet the provisions of FAR 52.219- 14 ???Limitations on Subcontracting??? should provide the information requested in items 1 through 8 above on each of the teaming partners. This market survey is for information and planning purposes 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 resulting solicitation for the requirement. 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 334290 with a size standard of 750 employees. Closing date for responses is 14 December 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=398E11EAF55C4EF1882573A9006D84DD&editflag=0)
 
Record
SN01465345-W 20071208/071206230547 (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.