Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2008 FBO #2301
SOURCES SOUGHT

R -- TACMOBILE Joint Mobile Ashore Support Terminal (JMAST)

Notice Date
3/13/2008
 
Notice Type
Sources Sought
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
SPAWAR_Headquarters_MKTSVY_59B9E
 
Response Due
3/28/2008
 
Point of Contact
Point of Contact - Martin J Richards, Contract Specialist, 858-537-8845
 
E-Mail Address
Email your questions to Contract Specialist
(martin.richards@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Command (SPAWAR), in support of the Program Executive Office Command, Control, Communications, Computers, and Intelligence (PEO C4I) Communications Program Office (PMW- 750), is seeking information on industry capabilities and a Rough Order of Magnitude (ROM) cost estimate for providing Tactical Mobile Systems (TACMOBILE) related services as described herein. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Responses to this RFI are not offers and do not commit the Government to a contract for any supply or service whatsoever. At this time, the Navy is not seeking proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI and that all costs incurred or associated with responding to this RFI will be solely at the interested party???s expense. Small businesses having the capabilities to perform the tasking below are encouraged to reply to this RFI. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If an RFP is issued, it will be synopsized on the FEDBIZOPPS website at http://www.fbo.gov and the SPAWAR e- Commerce Central website at https://e- commerce.spawar.navy.mil. It is the responsibility of the potential responders to monitor these sites for additional information pertaining to this RFI. PEO C4I and PMW-750 are responsible for the acquisition, integration, delivery, and support of interoperable communications systems enabling seamless operations for the fleet, joint and coalition warfighters. The purpose of this RFI is to assess industry capabilities for providing TACMOBILE- related services and to obtain a ROM Cost estimate for the following sample task. GENERAL TASK ASSUMPTIONS - The information provided below provides assumptions and information regarding planning, production, shipping, fielding, testing, and training for a TACMOBILE Joint Mobile Ashore Support Terminal (JMAST). -Government provides assembly instructions and furnishes all equipment/systems as listed in paragraph 2.2 below. -Period of performance for entire task is 6 months. -Contractor provides qualified personnel to perform this task at SPAWAR Systems Center Charleston (SSC-CH) and in Bahrain. Contractor personnel will be required to have appropriate security clearances and background to perform functions required for this task. To perform satellite communications training, a top secret clearance is required. All other tasks will require a secret clearance. -Contractor develops Base Electronic Systems Engineering Plans (BESEP), Engineering Change Plans (ECP), Installation Design Plans (IDP), System Operation Verification Test (SOVT) documentation, and Installation Drawings. -Contractor performs system hardware integration and enhancement testing to ensure total operational and functional compatibility with interfacing/interacting systems. -Contractor enhances, fabricates, and assembles equipment and systems including all support components (e.g., equipment, enclosures, and cables). Enhances and produces engineering drawings to Government Furnished specifications. -Contractor performs system hardware integration, software support, and production testing to ensure total operational and functional compatibility with interfacing/interacting systems. -Contractor utilizes Hardigg Industries- like 19 inch rack cases (two man lift). Contractor performs Pre-Installation Test and Checkout (PITCO). -Contractor packages the assembled and tested cases in shipping containers like those manufactured by Pelican Products Inc and delivers shipping containers to Charleston base Shipping and Receipt office for transport to Bahrain. Shipping will be at Government expense. -Contractor provides qualified personnel in Bahrain to set up the equipment and perform Systems Operation Verification and Testing (SOVT) at Navy Bahrain site. -Contractor performs system hardware integration and production testing to ensure total operational and functional compatibility with interfacing/interacting systems for turnkey installations. -Contractor provides on-site training for JMAST site personnel to include but not limited to: classroom and on the job training or familiarization, as needed. Approximately 15 personnel will be trained: E-4 to O-4. Rates include ET, IT, AW, OS, EN/UT, SK and more. Assume 13 weeks of training time covering all the systems, subsystems, and components that make up the TacMobile System. -Contractor will be responsible for own travel and hotel requirements. Government Furnished Equipment (subsystems) for task. 1. BASE-X 305 Shelter (3 each) with light kits, tables, chairs and modular flooring 2. 60KWGenerator set (2 each) with load banks and spill containment unit 3. Power distribution system with autobus transfer 4. Environmental Control Units (ECU) (4 each) with ducts 5. SIPRNET and NIPRNET servers, firewalls, switches, LANS, printers and 25 laptop computers 6. Secure Facsimile with case. 7. AN/USQ-172 GCCS-M 4.0 servers, LANS, printers and 25 laptop computers with cases 8. AN/SYQ-7A(V) NAVMACS II, server, monitor, rack kits, power supply, UPS, etc. 9. INMARSAT B with case, cryptologic equipment, power supply, UPS, etc. 10. AN/USC-54 VICS UHF SATCOM transceivers, Cryptologic equipment, cabling, power supplies, UPS, etc. 11. Dual HF TMR-8092 with TMR-1090, with case, cryptologic equipment, power supply, UPS, antennas, etc. 12. LINK-11 with cryptologic equipment, power supply, UPS and associated gear and cases 13. Portable UHF LOS/SATCOM with vehicular mounts, case, cryptologic equipment, power supply, UPS, antennas, etc. 14. AN/USQ-60A, C, X and KU band, associated baseband multiplexers and cryptologic equipment, spectrum analyzer, Firebird6000A, Timeplex, Promina 400, multifunction digital adaptor, power supplies, UPSs, Scotty VTC, STU-IIIs, POTS, cases, etc 15. Grounding for all of the above WRITTEN RESPONSE Response Content - Interested parties are requested to respond in writing to this RFI with a white paper in Microsoft Word Office 2003-compatible format, no more than twelve (12) pages (including the ROM Table as described below), 8 1/2 x 11 standard, single sided, 10 pt. Times New Roman font, to include the following content: 1. Describe your firm???s technical capabilities, labor categories, and personnel qualifications to satisfy the task requirements described in this RFI. 2. Provide your production and SOVT schedule to meet the task described in this RFI. 3. Address cost, schedule, and/or performance risks. Provide suggested tradeoffs if any. 4. Provide a ROM Cost Estimate to complete the task described in this RFI. ROM shall be broken out by major task areas of Planning, Production, SOVT, and Training. However, please submit the attached table with your costs presented per the major task areas on the table. RESPONSE SUBMITTAL - White papers are due no later than 28 March 2008, 1000 Pacific Time. Responses shall be submitted to the SPAWAR e-Commerce Central website at https://e- commerce.spawar.navy.mil. See the SPAWAR e- Commerce website for instructions on how to submit responses. Proprietary information is not being solicited and shall be avoided. To aid the Government in its review and evaluation, any proprietary information submitted must be clearly marked and segregated. Please be advised that all submissions become Government property and will not be returned. To expedite the analysis, only government personnel will be used. The white paper shall be comprised of two (2) sections. Section 1 shall provide administrative information and shall include, at a minimum, the following information (not to exceed two pages): Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, e-mail address of designated point of contact, Cage Code, and DUNS number. Business type (i.e., large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, service-disabled veteran- owned small business) based upon North American Industry Classification System (NAICS) code 334511. Please refer to Federal Acquisition Regulation (FAR) Part 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.acquisition.gov/comp/far/ind ex.html. Section 2 of the white paper shall provide the information requested in Section 3.1 (not to exceed 10 pages). Government representatives may or may not choose to meet with potential responders in order to perform Market Research. Such exchanges, should they occur, would be solely for the purpose of obtaining further clarification of potential capabilities to meet the requirements identified. Questions regarding this announcement shall be submitted to the SPAWAR e-Commerce Central website at https://e- commerce.spawar.navy.mil. Verbal or e- mail questions will NOT be accepted. Questions will be answered by posting the questions and answers to the SPAWAR e-Commerce Central website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that all questions received will be answered. To access the SPAWAR e-Commerce Central website, go to https://ecommerce.spawar.navy.mil. Under the Headquarters folder, choose Market Surveys, then click on the appropriate folder to view other important information related to this RFI. To ensure receipt of any important information updates connected with this RFI, interested parties are invited to subscribe to the SPAWAR e-Commerce Central website at https://e-commerce.spawar.navy.mil/ SUMMARY - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that could potentially provide the TACMOBILE services described herein. The information provided in the RFI is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Complete RFI information including Acronym list and a Format for ROM spreadsheet is available on the SPAWAR e-Commerce Central website at https://e-commerce.spawar.navy.mil/
 
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=307CCC4162F274108825740C00077E34&editflag=0)
 
Record
SN01532212-W 20080315/080313224909 (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.