Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2008 FBO #2503
SOLICITATION NOTICE

N -- Technical Services to Support Communication Electronic Platforms

Notice Date
10/1/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-08-R-0116
 
Response Due
12/3/2008
 
Archive Date
12/18/2008
 
Point of Contact
Theresa I Newbold,, Phone: (301) 995-8892
 
E-Mail Address
theresa.newbold@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Synopsis for the referenced RFP Number. It is anticipated that the solicitation will be issued on or about 31 October 2008. The Naval Air Warfare Center Aircraft Division, Code 4.5.11, Special Communications Requirements (SCR) Division located at St. Inigoes, MD requires contractor support to provide rapid design, development, customization, manufacturing, fabrication, integration, test and evaluation, installation, certification, maintenance and upgrade, logistic, and life cycle support of new and/or existing Communication-Electronic (C-E) platforms, equipment/systems and subsystems for the Navy, Army, Air Force, Joint Services, Marine Corps, and other Government agencies. Types of C-E platforms to be supported could include shipboard, shore based (fixed, transportable and ground mobile), airborne, and handheld platforms. Contractor support includes requirements definition, design, build and integration of new and/or existing equipment/systems and subsystems and into the various C-E platforms. Contractor support will also be required for the development of platforms or containers to which final system integration will be done by the government. The services to be provided by the contractor shall primarily result in the delivery of turnkey systems fully integrated with all equipment into the C-E platform and delivered to the SCR Division. In other scenarios, the contractor will provide systems or platforms to the SCR Division who will then complete the integration. Contractor support will also provide life-cycle support of the integrated and delivered systems. The work under this effort is currently being performed by BAE Systems Technology Solutions and Services located at 1601 Research Blvd., Rockville, MD 20850-3173, under contract N00421-04-C-0069. It is anticipated that this effort will be a Cost Plus Fixed Fee Performance Based Service Requirement, categorized under NAICS Code 541330 with a small business size standard of $27 Million. The projected award date is 17 February 2008 with a base performance period of 1 March 2009 through 29 February 2010 and a one (1) year option. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. The estimated level of effort is 346,000 hours for the base year and 359,000 hours for Option I. The government intends to subcontract 20% of the resultant contract value to qualified small business concerns. Approximately 90% shall be conducted at the contractor’s site and 10% at the government site. The contractor site shall be within 45 ground transportation miles of NAWAD, St. Inigoes, MD. A DD Form 254 Contract Security Specification shall apply to this requirement and the prime contractor shall have or demonstrate the ability to obtain a “Top Secret” Facility and Safeguarding Clearance. Registration in the DoDs Central Contractor Registration (CCR) Database will be a prerequisite for receiving a contract award resulting from the solicitation. It is anticipated that the award of the Request for Proposal will be based upon a best value analysis, cost and non-cost factors considered, on an unrestricted basis. The Navy intends to release the solicitation, including any subsequent amendments, via the Internet. TELEPHONE AND FACSIMILE REQUESTS FOR SOLICITATIONS WILL NOT BE ACCEPTED OR RETURNED. The solicitation will be available on the NAVAIR solicitation webpage located on the World Wide Web at http://www.navair.navy.mil/doing_business/open_solicitations/. Hard copies will NOT be available for pickup or mailing. In addition to the availability of the solicitation for downloading at this web page, registration as an Interested Vendor at this site will affect automatic notification of release of the solicitation. All responsible sources may submit a proposal pursuant to the instructions given in the solicitation, which shall be considered by the Navy. All prospective offerors are encouraged to monitor the NAVAIR solicitation web page for any changes that may occur concerning the solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4fa8ce37ad33df41c1d2d0983b81e6cd&tab=core&_cview=1)
 
Record
SN01686541-W 20081003/081001222101-4fa8ce37ad33df41c1d2d0983b81e6cd (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.