Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOURCES SOUGHT

63 -- Enhanced Tactical Automated Security System (ETASS) Equipment and Technical Support

Notice Date
8/25/2008
 
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_63EDA
 
Response Due
9/12/2008
 
Archive Date
9/27/2008
 
Point of Contact
Point of Contact - Deborah McNeely, Contract Specialist, 843-218-5905<br />
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare SystemsCenter (SPAWARSYSCEN), Charleston issoliciting information from potentialsources to provide services forenhanced Tactical Automated SecuritySystem version 6.0.1 (A)(eTass)Surveillance, Detection andAssessment equipment, site surveys,integration, installation and technicalsupport for various lacations bothCONUS and OCONUS. The system willsupport the operational requirementsof high value US Marine Corps andother Government activities weresecurity is of high or vital interest.ETASS is a rapidly deployable,integrated security system that is ableto be relocated and is designed for avariety of force-protection missions.ETASS is an advance open-systemscommand-and-control platformincorprated with standoff and perimeter-detection technology, immediate visualassessment, command-and-controldisplay equipment and supportingpower and communicationsinfrastructures. These elements areenhanced through the integration of awide array of detection andassessment technologies, includingground-surveillance radars, fiber-opticsensors, thermal imagers and closed-circuit television cameras. This procurement is a follow-on tocontract N65236-07-D-7887. Theincumbent contractor is NorthropGrumman Mission Systems of Carson,CA. A DRAFT Performance Work Statement(PWS) is included as Attachment (1). We are looking for companies withexperience in the type of work asdescribed in the draft PWS. It isanticipated that a solicitation will beissued for an Indefinite DeliveryIndefinite Quantity Cost Plus Fixed FeePerformance based type contracthowever, the final decision of contractstrategy has not be made. The periodof performance planned is a base yearand four one-year option periods. TheGovernment estimate for this effort is$41M. Firms are invited to submitappropriate documentation asdescribed below in addition to anyliterature, brochures, and referencesnecessary to support that they possessthe required capabilities necessary tomeet or exceed the statedrequirements. There is a limit of five(5) pages on data submitted notincluding brochures. Responses shallbe submitted preferrably via e- mail toSPAWARSYSCEN, Charleston, DeborahD. McNeely, Senior Contract Negotiator,at deborah.mcneely@navy.mil or bymail to SPAWARSYSCEN Charleston,Code 226DM, P.O. Box 190022, NorthCharleston, SC 29419-9022. Includethe name of your firm in the subjectline of your e-mail message.Responses must include the following:1) name and address of firm; (2) sizeof business: average annual revenuefor past three years and number ofemployees; (3) ownership: Large,Small, Small Disadvantaged, 8(a),HuBZone, Woman-Owned, Veteran-Owned and/or Service Disabled Veteran- Owned; (4) number of years inbusiness; (5) two points of contact,including: name, title, phone, fax, ande-mail address; (6) DUNS Number (ifavailable); (7) affiliate information:parent corporation, joint venturepartners, potential teaming partners,prime contractor (if potential sub) orsubcontractors (if potential prime); (8)a list of customers covering the past 5years; highlight relevant work includinga summary of work performed, contractnumber, contract type, dollar value foreach customer reference, and customerpoint of contact with phone number.INTERESTED PARTIES WHO DO NOTSUBMIT ALL OF THE INFORMATIONREQUESTED ABOVE WILL NOT BECONSIDERED IN THE CONTRACTSTRATEGY DECISION. NOTEREGARDING SYNOPSIS: This synopsisis for information and planningpurposes and is not to be construed asa commitment by the government.This is not a solicitation announcementfor proposals and no contract will beawarded from this announcement. Noreimbursement will be made for anycosts associated with providinginformation in response to thisannouncement nor any follow-upinformation requests. Respondents willnot be notified of the results of theevaluation, however, once the contractstrategy has been decided, a pre-solicitation synopsis will be posted tothe e-commerce website notifyingindustry of the type of procurementand any other specifics available atthat time. Based on the analysis ofthe responses hereto, the Governmentreserves the right to consider a set-aside for one of the small businesspreference groups (i.e., 8(a), SDB,SDVO, etc..). The Government isencouraging industry to provide theircomments about the PWS. Responsesare required by 1300 EST on 12September 2008. The applicableNAICS code is 541330 with a sizestandard of $25M. Reference the titleof the synopsis when responding tothis Market Survey. SPECIAL NOTEABOUT E-COMMERCE: THE E-COMMERCE WEBSITE WILL BE DOWNFOR MAINTENANCE FROM 28 AUG 2008AT 5PM PACIFIC TIME UNTIL 2 SEP2008 AT 8AM PACIFIC TIME. PLEASESUBMIT YOUR RESPONSES EITHERBEFORE OR AFTER THIS MAINTENANCEDOWN TIME.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7bdbd3a9daa8680f8d9386937cd23f02&tab=core&_cview=1)
 
Record
SN01650879-W 20080827/080825223553-7bdbd3a9daa8680f8d9386937cd23f02 (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.