Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2008 FBO #2286
SOURCES SOUGHT

70 -- INFORMATION ASSURANCE SUPPORT SERVICES

Notice Date
2/27/2008
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_595DE
 
Response Due
3/13/2008
 
Point of Contact
Point of Contact - Diane Kobs, Contract Specialist, 843-218-5992
 
E-Mail Address
Email your questions to Contract Specialist
(diane.kobs@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center, Charleston (SSCC) intends to issue a Request for Proposals (RFP) for technical support services to the US Navy as well as other Department of Defense (DoD), Federal and State Agencies. The work includes the development and installation of information systems, providing associated IA engineering, support and guidance, risk mitigation, test, evaluation and certification with an emphasis on Information Assurance (IA). Tasks to be performed under this contract are directly related to systems, equipment, and programs which support SSCC contracts with categories including IA Programs, Modeling and Simulation of Information Systems, Wide Area and Local Area Network development, performance and integration, acquisition systems, processing systems, communications (cryptographic and cryptographic ancillary) systems, telecommunication systems, antenna and Radio Frequency Distribution systems, Automatic Data Processing, and analysis systems. Work to be performed under this contract requires a Secret Clearance as well as a Secret Facility Clearance with the capability to provide storage of classified material up to and including Secret material. The applicable NAICS code for this effort is 541330 with a size standard of $25M. The Government Estimate for this effort is $249M. This is a follow-on contract for Information Assurance, Contract Number N65236-02-D-7839 and the incumbent contractor is Honeywell Technology Solutions, Inc. Parties who have the capabiliy to perform the services described above and in the attached DRAFT Performance Work Statement are requested to submit capability statements, limited to not more than six (6) pages in length, single-spaced, 12 point font minimum and must address the following (1) Name, address, telephone number and email address of firm; (2) Size of business: average annual revenue for past three years and numbers of employees, Cage code, DUNS number, NAICS code; (3) Ownership: Large, Small, Small Disadvantaged, 8(a) and/or Woman- owned; (4) Number of years in business; (5) Technical capability; (6) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors ( if potential prime); (7) a list of customers covering the past 5 years, highlighting relevant work including a summary of work performed, contract number, contract type, dollar value for each customer referenced and customer point of contact with telephone number. A cost-plus-fixed-fee, indefinite quantity, indefinite delivery type contract with a base of one year with four one (1) year options is anticipated. The Government reserves the right to make multiple awards. Responses to this Sources Sought must be received not later than 2:00 p.m. 13 MAR 2008. Mailing address: Commanding Officer, ATTN: Diane Kobs, Code 2.2.6DK, PO Box 190022, North Charleston, SC 29419-9022. Information received will be considered solely for the purpose of evaluating the intent of this notice and explore contracting and subcontracting opportunities. Questions pertaining to this notice may be directed to Diane Kobs, Contract Specialist, at diane.kobs@navy.mil, telephone 843- 218-5992. THIS IS NEITHER A REQUEST FOR A FORMAL PROPOSAL OR A PRESOLICITATION NOTICE. This notice is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The Government will not pay for the provision of any information nor will it compensate any respondents for the development of such information. This synopsis is for informational and planning purposes only and does not constitute a commitment by the Government. The information provided herein is subject to change and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Unless otherwise stated herein, no additional written information is available, and no formal Request for Proposal (RFP) or other solicitation regarding this announcement is currently available. Requests for the same will be disregarded. If a solicitation is released, it will be synopsized in the FEDBIZOPS and the SPAWAR E- COMMERCE webpage: https://e- commerce.spawar.navy.mil. It is the potential offer???s responsibility to monitor these sites for the release of any solicitation or synopsis. PLEASE NOTE THAT THE ABOVE IS A RE- POST OF A NOTICE POSTED ON 12 FEB 2008. THIS NOTICE HAS THE LATEST VERSION OF THE PERFORMANCE WORK STATEMENT ATTACHED.
 
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=A52E51708250C7FA882573FC006A73BB&editflag=0)
 
Record
SN01518495-W 20080229/080228014628 (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.