SOURCES SOUGHT
70 -- Submarine Single Messaging Solution (SubSMS) LCD Monitor
- Notice Date
- 5/15/2009
- 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-Atlantic_MKTSVY_73502
- Response Due
- 5/29/2009
- Archive Date
- 6/13/2009
- Point of Contact
- Point of Contact - Penny Leya, Contract Specialist, 843-218-5927<br />
- E-Mail Address
-
Contract Specialist
(penny.leya@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought synopsis forthe Submarine Single Messaging Solution (SubSMS) LCD monitor. The SubSMS utilizes an LCD monitor with special mounting configuration. Operation specifications are typical for LCD monitors and specified in the attached documents. Due to space constraints, the monitor has limited space envelope and specific mounting requirement as detailed in SPAWAR drawing 0506030. Offerors are requested to specify if they have the current capability that can meet the following minimum specification requirements listed in this attachment. Firms are invited to submit the appropriate documentation, literature, brochures, and references necessary to support that they possess the capabilities necessary to meet or exceed the stated requirements. There is a limit of five (5) pages on data submitted. Responses shall be submitted by e-mail to Trent Walker, Contracts Specialist, at trent.walker@navy.mil. Capability responses must include all of the following information: (1) name and address of firm; (2) size of business, including; total annual revenue, by year, for the past three years and number of employees; (3) ownership, including whether: Large, Small, Small Disadvantaged, 8 (a), Women-Owned, HUBZone, Veteran Owned and/or Service Disabled Veteran- Owned Business; (4) number or years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) Cage code, DUNS Number (if available); (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a current list of customers for whom your company has manufactured and supplied similar products in the past five (5) years information shall include the following: (i) a summary of item supplied, (ii) contract numbers, (iii) contract type, (iv) dollar value for each contract referenced, and (v) a customer point of contact with valid phone number (this information is required to verify offerors performance; the government may contact any reference for further validation; work not considered similar to the attached list of specifications will not be deemed as relevant.); (9) for each of the minimum capabilities cited in the attachment, provide the following information (recommend using matrix or table format): (i) if your proposed system can meet each of the specification requirements; Note: Do not include any documentation, or information for any company other than your own. This is an analysis of your companys abilities of what it can or cannot perform exclude any subcontractor information. NOTE REGARDING SOURCES SOUGHT SYNOPSIS: This synopsis is for information and planning purposes ONLY and is not to be construed as a commitment by the Government. This is NOT a solicitation announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. The Government reserves the right to consider a set- aside for small businesses or one of the small business preference groups. (e.g., 8(a), SDVOSB, etc.). The applicable NAICS code is 334119 with a size standard of 100. The Government anticipates that 64 units over the next four years will be needed. Contractors must submit their responses via email by 3:00 pm, Eastern Time on 29 May 2009. We anticipate this being a firm fixed-price (FFP), single award type contract for a period of performance not to exceed four (4) years. This is not a follow- on contract. Please reference SubSMS LCDmonitor when responding to this posting.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/SSC-Atlantic_MKTSVY_73502/listing.html)
- Record
- SN01820456-W 20090517/090516162316-0c6e8c1d52314dfb061a81aeba1658c3 (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 |