Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOURCES SOUGHT

83 -- Market Survey - Shelters (i.e. Tents)

Notice Date
3/16/2010
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Atlantic_MKTSVY_7EF6A
 
Response Due
3/25/2010
 
Archive Date
4/9/2010
 
Point of Contact
Point of Contact - Adam Solivan, Contract Specialist, 843-218-3556
 
E-Mail Address
Contract Specialist
(adam.solivan@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare SystemsCenter, Atlantic (SSC-LANT) is soliciting information from potential sources to provide ten (10) shelters (i.e. tents) in support of the Mobile Ashore Support Terminal (MAST) system platform. These shelters will be responsible for extending the lifespan of the AN/USC-60A satellite terminal system by protecting the equipment from adverse environmental conditions (solar radiation, heavy winds, blowing sand and dust, snow, driving rain, etc.), while also providing squadrons with the means to sustain primary services. The size of the satellite terminal is 13.5 ft x 12 ft x 14.75 ft (HxWxD). Potential sources must have demonstrated expertise and proven abilities in manufacturing shelters that meet the minimum requirements in the table below. Offerors are requested to specify if they have a current shelter that can meet the following minimum requirements: 1. Capable of surviving sustained winds greater than or equal to 55 mph with gusts up to 65 mph. 2. Permits full motion of the antenna (i.e. +/- 15 deg azimuth, 5 to 85 degrees elevation) during mission operations. 3. No metallic structure or framework of the shelter obstructing the primary lobe of the parabolic radiation pattern from the antenna. 4. Radio frequencies up to 8Ghz are attenuated no more than 2 decibels (dB). 5. Reflections are minimized to mitigate hazards radiation emitted to personnel (HERP). 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 Adam Solivan, Contracts Specialist Code 22530AS, at Adam.Solivan@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) a current list of customers for whom your company has manufactured and supplied similar shelters in the past five (5) years information shall include the following: (i) a description of shelters 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 draft PWS will not be deemed as relevant.); (9) for each of the minimum capabilities cited in the table above, provide the following information (recommend using matrix or table format): (i) if your proposed system can meet each of the 5 requirements; (ii) if the capability has been tested; and (iii) if tested, state when and who performed the validation; 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; 10) list your companys most current quality or process management system applicable to the facility where the system will be manufactured (e.g., ISO- 9001, CMMI maturity level assessment, etc.) Note: Teaming partnerships and joint ventures envisioned under FAR 52.219- 27(c) and (d) for Serviced Disable 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 11 above, on each of the teaming partners. 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, HubZone, etc.). The applicable NAICS code is 314912 with a size standard of 500 employees. Contractor must submit their responses via email by 2:00 pm, Eastern Time on 25 March 2010. We anticipate this being an indefinite delivery/indefinite quantity, firm- fixed price (FFP), single award type contract for a period of performance not to exceed two (2) years. Delivery of shelters shall be required 90 days after receipt of delivery order. This is not a follow-on contract. Please reference No. N65236-10-R-0039 when responding to this posting. Market Survey Description is restated in the attached Microsoft Word document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/SSC-Atlantic_MKTSVY_7EF6A/listing.html)
 
Record
SN02094022-W 20100318/100316235715-86437a5146b0ab99c463afd6f5ff072b (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.