Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2008 FBO #2266
SOURCES SOUGHT

J -- N65236-08-R-0044

Notice Date
2/7/2008
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_58182
 
Response Due
2/22/2008
 
Point of Contact
Point of Contact - Joanne Banks, Contract Specialist, 843-218-5953
 
E-Mail Address
Email your questions to Contract Specialist
(joanne.banks@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center (SPAWARSYSCEN) Charleston Command and Control Systems Department, Code 5.3 is soliciting information from potential sources to provide system engineering, software integration, configuration management, test, fleet introduction, product improvement, quality assurance, and life cycle management support for various C4ISR requirements, programs, and projects, as tasked by multiple Department of Defense (DOD) and other Federal Agencies, during critical periods from system conception through system operation. Potential sources must have demonstrated relevant experience and proven abilities in engineering and technical support services of a non- personal nature, encompassing, but not limited to, the following: system engineering, software integration, test and evaluation, systems delivery, maintenance and site support, configuration management, quality assurance, training and program management. For evaluation purposes, each potential source is requested to provide a description of work performed, including specific demonstrated experience, for each task listed below and to state what percentage they are capable of performing. Only provide information on demonstrated performance within your company. Do not include any documentation or percentages for any one company other than your own. This is an analysis of your company's abilities of what it can perform based on previous experience. The estimated percentage of each task in terms of the overall effort is identified below. 1) Experience and abilities providing engineering and technical services in support of: Tactical Fixed/Mobile, USMC, ARMY, FMS and/ or related Mobile and fixed site C4ISR systems. (15 %) 2) Experience and providing engineering and technical support for C4ISR Navy, USMC, Army and FMS systems programs in the following disciplines areas: (a) Systems Engineering ??? Experience required includes functions such as program planning, concept exploration, requirements definition, risk reduction activity, design development, modeling and simulation, test and evaluation, system integration, site delivery/installation and maintaining the optimum capabilities in C4ISR systems. (20%) (b) Software Integration - Experience and abilities providing software integration services and technical support in the integration, and test and evaluation existing or related C4ISR systems and associated interface systems, subsystem, equipment, and software in accordance with IEEE/EIA 12207. (30%) (c) Test and Evaluation - Experience and abilities providing engineering and technical expertise to conduct thorough test and evaluation of all operational and functional aspects of newly designed or modified C4ISR systems, equipment, or computer software. (10%) (d) Systems Delivery Maintenance and Site Support - Experience and abilities providing technical and engineering services to install equipment, conduct software integration testing, resolve interface problems, analyze other technical problems, correct deficiencies in hardware, software and documentation, and ensure the continuous updating of configuration baseline. Experience providing hardware and software installation/deliveries and integration Tactical Systems Fixed/Mobile, USMC, Army, and FMS C4ISR or related C4ISR projects, program or systems, subsystem and equipment programs. Experience providing repair, troubleshooting, site support on call support (24 hours/day, 365 days per year) and technical assistance for fielded Tactical Fixed/ Mobile and USMC and/or related C4ISR systems. (10%) (e) Configuration Control - Experience and abilities providing configuration management support for C4ISR requirements to include planning, baseline management, configuration identification, configuration audits, formal qualification review, engineering changes, and configuration management records and reports. (5%) (f) Training - Experience and abilities providing engineering, technical, analytical, and instructional support for C4ISR systems and requirements, programs and/or projects in accordance with the Navy and USMC instructional guidelines. (10 %) 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 option of Fixed Price task orders. The period of performance will for a base year and four one-year option periods. Firms are invited to submit appropriate documentation as described above in addition to 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 limit of five (5) pages on data submitted. Responses shall be submitted via e-mail at Joanne.Banks@navy.mil or by mail to SPAWARSYSCEN Charleston, Code 2.2.3JB, P.O. Box 190022, North Charleston, SC 29419-9022. 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, Performance Based type contract, with option of Fixed Price task orders. Firms are invited to submit appropriate documentation, literature, brochures and references to support that they possess the required specialized experience in the categories/sub- categories noted above with capabilities necessary to meet or exceed stated requirements. Responses shall be submitted by electronic mail to Joanne.Banks@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 (including Country of Ownership), indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran-Owned and/or Service-Disabled Veteran-Owned Business, and Central Contractor Registration (CCR) information; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number; (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) 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. The summary must include an identification of how the experience ties to the categories/subcategories noted above. NOTICE REGARDING SYNOPSIS: This synopsis 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. 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 $25 million in annual receipts. For further technical information, contact Maritza Perez via email at maritza.perez- perez@navy.mil. Closing date for responses is 15 days from the posting of this announcement at 2 PM Eastern Standard Time.
 
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=973A5610D453E9EA882573E80055FBC6&editflag=0)
 
Record
SN01503532-W 20080209/080207231933 (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.