Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOURCES SOUGHT

58 -- Magnetic Intrusion Detectors

Notice Date
8/21/2008
 
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_63E3E
 
Response Due
9/2/2008
 
Archive Date
9/17/2008
 
Point of Contact
Point of Contact - Jo Ann Lawless, Contract Specialist, 843-218-5246<br />
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare(SPAWAR) Systems Center Charleston (SSCC) is seeking information from potential sources for Magnetic Intrusion Detectors, Version II (MAGID-II), for use with the Marine Corps Tactical Remote Sensor Systems System-of- System (TRSS SOS). The TRSS SOS uses hand-emplaced sensors to support the field commanders intelligence collection effort by providing continuous, wide area surveillance of the battlefield. The MAGID is generally used to detect the presence of vehicles and weapons moving within its detection range. The MAGID-II detects and measures disturbances in electromagnetic fields and indicates the direction of travel of the object which stimulated it. Indications and measurements from the MAGID-II are sent to a cable- connected Encoder Transmitter Unit, Version II (ETU-II) for Radio Frequency (RF) transmission to sensor monitoring systems. The MAGID-II effort requires the design, development, production, and logistics support of up to 1547 MAGID- II units which are designed and built in accordance with the MAGID-II Performance Specification (PE 02009P0000_R10). The effort would also include the delivery of data associated with system design, development, production, and logistics support. Intended Application of MAGID-II. See Attachment 1 - Section 6.1 of the MAGID-II performance specification (PE 02009P0000_R10). (Request that name of firm be stated in subject line of e-mail message). All 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. Industry firms capable of accomplishing this effort, in whole, or by teamed effort, are invited to submit an affirmative response to this notice. Responses should include literature, brochures, specification sheets, test data verifying product capability, prior experience in this type of effort, and capability summaries directly addressing their ability to meet the aforementioned needs. Responses shall be limited to five pages of the technical information. 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 334511 with a size standard of 750 employees. Closing date for responses is 02 September 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=14ce003ebf487444f160c1087eb3ab77&tab=core&_cview=1)
 
Record
SN01647703-W 20080823/080821223241-14ce003ebf487444f160c1087eb3ab77 (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.