Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOURCES SOUGHT

58 -- Land Mobile Radio Maintenance

Notice Date
6/11/2010
 
Notice Type
Sources Sought
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
SSC-Pacific_MKTSVY_8339A
 
Response Due
6/28/2010
 
Archive Date
7/13/2010
 
Point of Contact
Point of Contact - Jeremy D Shull, Contract Specialist, 619-553-4467
 
E-Mail Address
Contract Specialist
(jeremy.shull@navy.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This announcement is not a Requestfor Proposals (RFP), and constitutes only a sources sought for a potential solicitation. SPAWAR Systems Center, Pacific is seeking Service Disabled Veteran Owned Small Business firm with current relevant knowledge, experience and capability to perform a contract to provide services for Preventive and Corrective Maintenance for the existing Land Mobile Radio (LMR) equipment(s), fixed, mobile and portable VHF and UHF, Dispatching Equipment and all associated equipment to support Commander Navy Region Southwest (CNRSW). Responsibility of installation troubleshooting and removal of mutual aid equipment of 400 and 800 MHz UHF simplex, repeated and trunked systems are also included. A DRAFT Statement of Work (SOW) and Information Requested by the Government can be reviewed at https://e-commerce.spawar.navy.mil. The potential level of effort for the total requirement is approximately 7,000 man-hours, which may be expended over a 2 year period. The North American Industry Classification System (NAICS) Code is 811213 Communication Equipment Repair and Maintenance, and the Small Business size standard is $7,000,000. Interested Service Disabled Veteran- Owned Small Business (SDVOSB) firms are invited to respond to this sources sought announcement by providing an information statement (not to exceed three (3) pages inclusive of the cover page) that summarizes relevant experience, knowledge, and capabilities that address the information requested by the Government. Respondents shall provide information related to contracts where the respondent was materially involved at a comparable level of effort. The respondents information statement shall provide: (1) information about their business size status (i.e. SDVOSB); (2) a statement that they have the capacity to conform to Federal Acquisition Regulation (FAR) Clause 52.219-14, Limitations on Subcontracting; and (3) specific information requested by the Government. A determination as to whether a potential acquisition will be a set-aside or full and open competition will be based upon responses to this notice. The deadline for submission of capability information is 25 June, 2010, 4:00 P.M. Pacific Time. Capability information is to be submitted via electronic transmission. SSC Pacific may not evaluate offeror submissions that do not comply with the submission instructions. SSC Pacific will evaluate offeror submissions that comply with the submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work envisioned in the Draft SOW as further specified in the Governments Information Request. If sufficient responsive qualified SDVOSB firms indicate interest, the Navy will review responsive qualified SDVOSB firms for issuance of a competitive SDVOSB set-aside solicitation. If insufficient qualified SDVOSB firms indicate interest, the Navy may procure the services through other appropriate means. Each respondent to this notice will be notified in writing of the Navys determination. Please direct any questions and transmit capability information to the Contract Specialist, Jeremy Shull at Jeremy.Shull@navy.mil. THIS NOTICE IS FOR INFORMATION AND PLANNING PURPOSES ONLY, AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT RFP AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP REQUESTS FOR INFORMATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/SSC-Pacific_MKTSVY_8339A/listing.html)
 
Record
SN02175783-W 20100613/100611235148-7e03f989ec240056b36d1af3727851b4 (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.