Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2008 FBO #2379
SOURCES SOUGHT

59 -- N65236-08-R-0148

Notice Date
5/30/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_5E07A
 
Response Due
6/13/2008
 
Archive Date
6/28/2008
 
Point of Contact
Point of Contact - Laurie A Cordell, Contract Specialist, 843-218-3502
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare SystemsCenter (SPAWARSYSCEN) is solicitinginformation from potential sources toprovide radios and ancillary equipmentto operational forces in the ContinentalUnited States (CONUS) prior totheir deployment into Iraq. ThePerformance Specification (ATTACHEDTO THIS MARKET SURVEYANNOUNCEMENT) establishes theperformance, test, and acceptancerequirements for a U.S. Marine Corpstactical Integrated Intra Squad RadioHearing Protection Headset (IISR-HPH)system comprised of a single radioversion and a dual radio version. TheIISR-HPH will have the capability ofbeing configured for single or dualradio application suitable for operationin a multimode service environment.Additionally, the Marine Corps seeks toprovide the headset capabilities as adigital, lightweight, rugged in-ear, lowprofile configuration. The IISR-HPH willprovide hearing enhancement andprotection, situational awareness, andcommunication capabilities to theMarines. The IISR-HPH systems willinclude hardware that can bereconfigured and software that can bereprogrammed to optimizeperformance and add capabilities. TheContractor will be responsible forproviding all specific material, servicesand necessary support documentationneeded to complete the tasksidentified in the attached PerformanceSpecification. This notice is for planning purposesonly. It is anticipated that a formalsolicitation will be issued in the nearfuture, after market research has beenconducted, for an Indefinite-Delivery,Indefinite-Quantity, Firm Fixed-Price,Performance-Based commercialcontract. The period of performancewill be for a base year and two (2) one-year option periods. The applicableNAICS code is 334310, with a sizestandard of 750 employees. Firms areinvited to submit appropriatedocumentation, literature, brochuresand references to support that theypossess the required specializedexperience in the categories/sub-categories addressed in thePerformance Specification, withcapabilities necessary to meet orexceed stated requirements.Responses shall be submitted via e-mail to Laurie.Cordell @navy.mil.Responses must include the following:(1) name and address of firm; (2) sizeof business, including: average annualrevenue for past three years andnumber of employees; (3) ownership(including country of ownership),indicating whether: Large, Small, SmallDisadvantaged, 8(a), Women-Owned,HUBZone, Veteran-Owned and/orService-Disabled Veteran-OwnedBusiness, and Central ContractorRegistration (CCR) information; (4)number of years in business; (5) twopoints of contact, including: name,title, phone, fax, and e-mail address;(6) DUNS Number; (7) affiliateinformation: parent corporation, jointventure partners, potential teamingpartners, prime contractor (if potentialsubcontractor) or subcontractors (ifpotential prime); (8) a list ofcustomers covering the past 5 years:highlight relevant work including asummary of work performed, contractnumber, contract type, dollar value foreach customer reference, and customerpoint of contact with phone number.The summary must include anidentification of how the experienceties to the categories/subcategoriesnoted in the PerformanceSpecification. NOTICE REGARDING SYNOPSIS: Thissynopsis is for information andplanning purposes only and is not tobe construed as a commitment by theGovernment. This is not a solicitationannouncement for proposals and nocontract will be awarded from thisannouncement. No reimbursement willbe made for any costs associated withproviding information in response tothis announcement and any follow-upinformation requests. Respondents willnot be notified of the results of theevaluation. Respondents deemed fullyqualified will be considered in anyresulting solicitation for therequirement. The Governmentreserves the right to consider a SmallBusiness set-aside or 8(a) set-asidebased on responses hereto. Forfurther technical information, contactNancy Straight via email atNancy.Straight@navy.mil. Closing datefor responses is 15 days from theposting of this announcement at 2 PMEastern Standard Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e141a6ee92b2fc07bd8eea548bf0dd9e&tab=core&_cview=1)
 
Record
SN01584008-W 20080601/080530220821-e141a6ee92b2fc07bd8eea548bf0dd9e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.