Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
MODIFICATION

J -- Production, Installation, and In-Service Support (PII) SBSA

Notice Date
8/3/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-11-R-0040
 
Response Due
9/22/2011
 
Archive Date
10/22/2011
 
Point of Contact
Point of Contact - Shannon Britt, Contract Specialist, 843-218-3987; Jackie Luna, Contracting Officer, 843-218-5959
 
E-Mail Address
Contract Specialist
(shannon.britt@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Space and Naval Warfare Systems Center (SPAWARSYSCEN) Atlantic,Charleston, SC intends to issue a request for proposals (RFP) N65236-11-R-0040 for the procurement of Production, Installation, In-Services (PII) supportservices. The anticipated work will include life cycle logistics, training andlarge-scaleintegration efforts to deliver and sustain Command, Control, Communications,Computers, Combat Systems, Intelligence, Surveillance, Reconnaissance(C5ISR) mission capabilities for surface, shore, sub-surface platforms andforeign military sales activities and cases. The PII Portfolio requirementsencompass support for integration and testing of interoperable C5ISRcapabilities that fulfill mission requirements for surface and sub-surfaceplatforms through large-scale integration. Tasking will focus on large scaleintegration efforts for delivery of C5ISR capabilities and provide support forthedesign, acquisition, production, integration, testing, installation, andconfiguration management of certified C5ISR capabilities for multipleplatforms. Tasking will also be comprised of afloat integration services fortheCoast Guard, Army, and Military Sealift Command, as well as FMS work, thatdelivers large scale integration efforts. Efforts for in- service support(e.g.ISEA), installation execution, and direct fleet and shore support to deployedsystems are also required. The applicable NAICS code is 541330 with a size standard of $27 Million. TheGovernment estimate for this solicitation is approximately $250 million. TheGovernment anticipates award of a multiple award, indefinite delivery,indefinitequantity (IDIQ), performance-based contract that will provide for the issuanceof cost-plus-fixed-fee, fixed-price-incentive (firm target) andfirm-fixed-pricetask orders. The period of performance includes a base year and four one-year option periods. The procurement will be conducted under full and opencompetition after exclusion of sources under small business set-asidecompetitive provisions. The estimated release date for the formal RFP isSeptember 2011. Questions pertaining to this synopsis may be addressed tothe Contract Specialist, Shannon Britt @ Shannon.britt@navy.mil, telephone:843-218-3987. DRAFT DOCUMENTS will be posted on SPAWARSYSCEN Atlantic's e-commercewebsite before formal release of the solicitation as they become available.NOTE: DRAFT DOCUMENTS ARE FOR INFORMATIONAL PURPOSES ONLY ANDSHALL NOT BE CONSTRUED AS THE FORMAL RFP. DRAFT DOCUMENTS ARESUBJECT TO, AND MAY BE REVISED BEFORE ISSUANCE OF THE FORMAL RFP. This synopsis is for informational and planning purposes only and does notconstitute a solicitation for bid or proposals, and is not to be construed asacommitment by the Government. The information provided herein is subject tochange and in no way binds the Government to solicit for or award acompetitive contract. Unless otherwise stated herein, no additional writteninformation is available, and no formal Request for Proposal (RFP) or othersolicitation regarding this announcement is currently available. Requests forthesame will be disregarded. If a solicitation is released it will be found on theFEDBIZOPS and the SPAWAR E- COMMERCE webpage: https://e-commerce.sscno.nmci.navy.mil It is the potential offeror's responsibility tomonitor these sites for the release of any solicitation. *************************************************************** This future opportunity notice is to advise industry that SPAWARSYSCENLANTintends to issue a Small Business Set-Aside Request for Proposal (RFP) for PIISupport. Draft documents have been posted for the PII small business set-aside acquisition valued at $250M. This acquisition is part of SSC-LANT'sacquisition strategy centered around the Competency Aligned Organizationbusiness portfolios and specifically supports the PII Portfolio. A competitive,performance-based multiple award contract will be awarded with provisions forcost-plus-fixed-fee, firm-fixed-price and fixed price incentive (firm targets)orders. The ordering period will include a base year with four one-year options. A DRAFT COPY of the Performance Work Statement has been posted onSPAWARSYSCEN Atlantic's e-commerce website. THE DRAFT DOCUMENT IS FOR INFORMATIONAL PURPOSES ONLY AND SHALLNOT TO BE CONSTRUED AS THE FINAL VERSION OF THIS DOCUMENT. This is nota solicitation announcement, or a request for proposals. The informationprovided herein is subject to change and in no way binds the Government tosolicit for or award a competitive contract. It is the offeror's responsibility to monitor SPAWARSYSCEN Atlantic's e-commerce website for the release of the FORMAL RFP and amendments (ifany). Firms are encouraged to review the web site regularly for updatedinformation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/N65236-11-R-0040/listing.html)
 
Record
SN02520124-W 20110805/110803235319-3ee0333608ec6facf574de3734e5f5f3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.