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 -- Battlespace Awareness (BA) Portfolio 8(a) Set-Aside

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-0081
 
Response Due
9/22/2011
 
Archive Date
10/22/2011
 
Point of Contact
Point of Contact - Angela Carter, Contract Specialist, 843-218-5932; Kathy Breitkreutz, Contracting Officer, 843-218-5933
 
E-Mail Address
Contract Specialist
(angela.e.carter@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Space and Naval Warfare Systems Center (SPAWARSYSCEN) Atlantic,Charleston, SC intends to issue a request for proposals (RFP) N65236-11-R-0081 for the procurement of Battlespace Awareness (BA) Support services. The anticipated work will support a broad range of Government services andsolutions (equipment and services) associated with full system lifecyclesupportincluding: research, development, test, evaluation, production and fielding ofsustainable, secure, survivable, and interoperable Command, Control,Communications, Computers, Combat Systems, Intelligence, Surveillance,Reconnaissance (C5ISR), Information Operations, Enterprise InformationServices (EIS) and Space capabilities. The BA Portfolio requirementsencompass solutions that enable information dominance and meets demandsfor uninterrupted vigilance, fail-safe cybersecurity, adaptive response andengineering excellence by delivering secure, integrated and innovativesolutions to many naval, joint and national agencies. Tasks will includeeffortsrelated to services for systems and organizations that observe adversaryactivity, collect data, and process it into information and intelligence. The applicable NAICS code is 541330 with a size standard of $27 Million. TheGovernment estimate for this solicitation is approximately $99 million. Thissolicitation will be an 8(a) small business set-aside. The contractor will betasked to accomplish the work as specified in the PWS. The Governmentanticipates award of an indefinite delivery, indefinite quantity (IDIQ),performance-based contract that will provide for the issuance ofcost-plus-fixed-fee, fixed-price-incentive (firm targets) and firm-fixed-price task orders.Theperiod of performance includes a base year and four one-year option periods.The estimated release date for the formal RFP is August 2011. Questionpertaining to this synopsis may be addressed to the Contract Specialist,angela.e.carter@navy.mil, telephone: 843-218-5932. This synopsis is for informational and planning purposes only and does notconstitute a solicitation for bid or proposals, and is not to be construed as acommitment 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 an 8(a) small business set-aside Request for Proposal (RFP)for Battlespace Awareness (BA) Support. The Performance Work Statement(PWS) has been posted for the Battlespace Awareness 8(a) small business set-aside acquisition with an estimated value of $99M. This acquisition is part ofSSC-LANT's acquisition strategy centered around the Competency AlignedOrganization business portfolios and specifically supports the BattlespaceAwareness Portfolio. A competitive, performance-based multiple award contractwill be awarded with provisions for cost-plus-fixed-fee, firm-fixed-price andfixed price incentive (firm targets) orders. The ordering period will include abase 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'secommerce 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-0081/listing.html)
 
Record
SN02520173-W 20110805/110803235347-0591fd579d1c0e6cc9f652ef06852481 (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.