Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOURCES SOUGHT

R -- National Capital Region (NCR) Security Engineering Support

Notice Date
9/4/2009
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Atlantic_MKTSVY_789DE
 
Response Due
9/18/2009
 
Archive Date
10/3/2009
 
Point of Contact
Point of Contact - Wanda R Wilder, Contract Specialist, 843-218-5154
 
E-Mail Address
Contract Specialist
(wanda.wilder@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Source Sought Synopsis forNational Capital Region (NCR) Security Engineering Support. REFERENCE NUMBER: N65236-09-R- 0159 NOTES: No. 1: This Market Survey is issued for the purpose of determining Small Business capabilities. Small Business firms having the capabilities to perform the taskings listed below are encouraged to reply to this Market Survey. This Market Survey is for National Capital Region (NCR) Security Engineering Support. The Space and Naval Warfare Systems Center Atlantic (SSC-LANT) is soliciting information from potential sources to provide National Capital Region (NCR) Security Engineering Support. Potential sources must have demonstrated expertise and proven quick response capabilities in programs and initiatives in systems engineering, analysis, development, acquisition, integration, installation, testing, software development and maintenance, and the integrated logistic support, such as: life cycle maintenance, training, and technical documentation for Anti-Terrorism/Force Protection (AT/FP) Systems. Functional components of the required systems may include management systems (software applications, computers, displays); ground sensors and surveillance (perimeter, interior, seismic, acoustic, magnetic, IR, imagery); information transfer systems (communication systems, radios, wireless, infrastructure (LANs/WANs, routers, hubs)); information management systems (crisis/consequence management, web- based databases/tools); electro- mechanical security devices and subsystems; provisions for Information Assurance; command, control, communications and intelligence subsystems and peripheral hardware. This effort is required to meet the security needs of high profile Government agencies in the District of Columbia, Northern Virginia and Maryland. These support services shall include, but are not limited to any services relating to any phase of planning, development, design, procurement, site preparation, installation, testing, training, engineering, and technical support for Security and Law Enforcement programs and projects, such as: Relevant Experience; Program Management; System Engineering; Technical Support; System Implementation; Testing and Evaluation; and Life Cycle Logistics Support. Work to be performed under this contract requires a TOP SECRET facility clearance. The facility shall be accredited for working and storing classified SECRET equipment and documentation. Most direct support personnel associated with this contract shall possess a SECRET clearance. Further, the majority of direct support personnel supporting task orders on this contract may be required to obtain a higher clearance levels such as a Top Secret (TS) clearances that consist of a Single Scope Background Investigation (SSBI) for Sensitive Compartmental Information (SCI) access. The following is a list of potential taskings. The percentages listed next to the individual taskings are the estimated amount of effort that will be required on any potential contract for this effort. You are requested to provide the percentage of work your company can perform against each task listed next to the taskings for evaluation. DO NOT INCLUDE ANY DOCUMENTATION OR PERCENTAGES FOR ANY COMPANY OTHER THAN YOUR OWN. THIS IS AN ANALYSIS OF YOUR COMPANYS CAPABILITIES TO DETERMINE WHAT WORK YOUR FIRM IS CAPABLE OF PERFORMING. The contractor will be tasked to accomplish work as specified in the draft Performance Work Statement (PWS). NOTE: A draft PWS/SOW copy is posted at the SPAWARSYSCEN Atlantic E-Commerce Business Opportunity webpage. Services shall be performed within the tasks requirements either singly or in combination as required within task orders. The following table reflects all the required tasks per PWS and the governments best estimate of work breakdown. TASK TASKING DESCRIPTION with PWS Ref Paragraph A. GOVT ESTIMATED TASK BREAKDOWN (Based on 100%) B. OFFERORS PROJECTED SUPPORT (Do not exceed 100% per task) C. EST. WORK PERFORMED (column A X column B) * Total cannot exceed 100% A System Engineering (3.3) 20% B System Implementation (3.5) 60% C Program Management (3.2) 5% D Technical Support (3.4, 3.6, 3.7) 15% Firms are invited to submit the appropriate documentation, literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a limit of 20 pages on data submitted. Responses shall be submitted by e-mail to Wanda R. Wilder, Contracts Specialist Code 22540WW, at wanda.wilder@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), NAICS code; (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) the percentage of work your company can perform with respect to the stated requirements fill-in Column B and C in table above; cumulative total of work performed should not exceed 100%. Note: Do not include any documentation or percentages 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; (9) a list of customers for relevant and current work that meet the following conditions/terms: Relevant work is described as work similar in scope to the posted draft PWS and within the dollar value of $20.0M. Current work is defined as work performed no longer than 5 years past the sources sought posting date. Information per customer shall include the following: (i) a summary of work performed, (ii) contract numbers, (iii) period of performance, (iv) contract type, (v) dollar value for each contract referenced, how the work demonstrates capability to perform percentages stated in number eight, and (vi) 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; Note: Work deemed not similar to the draft PWS will not be considered as relevant.) (10) statement that the contractor has or does not have an approved accounting system as defined in the Federal Acquisition Regulation (FAR). Summary of Work Table The purpose of this market survey is to determine the capabilities of small business industry partners. Respondents shall summarize the work they have performed relevant to this requirement by demonstrating their experience/capabilities as follows: PWS Paragraph Tasking Page Limit 3.3 Systems Engineering Discuss experience relevant to PWS and specifically discuss: 3.3.1 Experience performing system design configuration for systems design and integration. 3.3.2 Experience investigating and providing detailed analysis and studies for signal processing. 3.2.2.3 Experience performing tests and studies for system design, integration, installation and operations. - Experience with industry best or other models for engineering process improvement/management as related to system engineering and software engineering - Experience eliciting, analyzing, verifying, validating, and managing requirements for complex security systems and security command centers. 5 Pages 3.5 Systems Implementation Discuss experience relevant to PWS and specifically discuss: 3.5.1 Experience in developing Preliminary and Final Installation Design Packages for Electronic Security Systems. 3.5.1.4.10 Experience in developing Fabrication and Assembly drawings as a result of the IDP. - Experience installing security systems in historical facilities and coordination with Federal and local government permitting/approval authorities within the NCR. 5 Pages 3.2 Program Management Discuss experience relevant to PWS and: 3.2.2. Experience in managing at the project level to meet schedules within budgets. 3.2.2.1.1 Experience in developing and adhering to Project Management Plans. 3.2.2.1.2 Experience in defining Project Requirements. 3.2.2.1.1 Experience in developing Risk Management Plans. 3.2.2.1.4 Experience in developing Configuration Management Plans. 5 Pages 3.4 3.6 3.7 Technical Support Discuss experience relevant to PWS and: 3.4.2 Experience in Maintenance, overhaul, troubleshooting and repair of systems relevant to this effort. 3.6.1 Experience in developing test plans and performing tests for systems integration, installation, operation and site design. 3.7.1 Experience developing logistics support documentation. 3.7.2 Experience developing training course materials and audio/visual aids for instruction in systems and equipment operation and maintenance. 3.7.3 Experience in developing technical manuals for operation, maintenance and systems to support systems and equipment. - Experience utilizing web-based or other software application tools to perform comprehensive system sustainment functions. - Experience providing 24X7 trouble call support services and regional response forces for routine and emergency response requirements. - Experience being approved and trained as a certified dealer of major Commercial Off The Shelf electronic security system manufacturers. 5 Pages NOTE REGARDING Market Survey: This notice is for 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. Respondents will be notified of the results of this evaluation. The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (i.e., 8(a), HUBZone, SDB, SDVO, etc.). Government estimate for this effort is$225M. We anticipate this being a Firm Fixed Price type contract with a period of performance not to exceed five years (base period, plus four one- year options). In addition, multiple awards, depending on responses to the RFP, may be made. This is a follow-on contract for National Capital Region (NCR) Security Engineering Support, Contract Number N65236-05-D-7148, and the incumbent contractor is M.C. Dean. The applicable NAICS code is 541330 with a size standard of $27 million. Reference No. N65236-09-R-0159 when responding to this posting. The Closing Time for responses: (2:00 pm Eastern Standard Time) The Closing Date for responses: 18 September 2009 Note: Within a reasonable time after evaluation of responses, SSC-Atlantic will post the procurement decision on e- commerce and FEDBIZOPS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/SSC-Atlantic_MKTSVY_789DE/listing.html)
 
Record
SN01942599-W 20090906/090905002400-6ba80e1c7bfe30d7f95b6efc30ef57bd (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.