Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
DOCUMENT

R -- Technical and Program Support for Fleet Cyber Command, CIO1/Enterprise Architecture Divison. - Attachment

Notice Date
1/18/2012
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018912R0002
 
Response Due
2/1/2012
 
Archive Date
2/16/2012
 
Point of Contact
Chandra Brinkley
 
E-Mail Address
a.brinkley@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Subject to FAR Clause 52.215-3, entitled "Request for Information or Solicitation for Planning Purposes," this announcement constitutes a Sources Sought for information and planning purposes. Fleet Logistics Center (FLC) Norfolk ™s intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide support encompassing the mission areas The Department of the Navy (DON) is anticipating the implementation of the Naval Networking Environment~2016 (NNE~2016) strategy. The NNE~2016 strategy will guide the DON towards a future net-centric enterprise environment that will provide a highly secure and reliable enterprise-wide voice, video, and data network environment. NNE~2016 will include the Next Generation Enterprise Network (NGEN), Consolidated Afloat Networks and Enterprise Services (CANES), Marine Corps Enterprise Network (MCEN), and OCONUS Naval Enterprise Network (ONE-NET). To successfully implement and integrate these networks into NNE~2016, a complete network transformation is required. Services required include Program Support, Strategic Communications and Planning Support, Quality and Performance Management, Economic and Business Support, NGEN Acquisition Program Support, IT Requirements and IT Portfolio Management, Capability Generation and Transition, Enterprise Architecture, Network Information Assurance and Continuity Planning, and Policy and Governance Support. Security clearances up to and including Top Secret SCI will be required of employees providing services for this requirement. A Draft Performance Work Statement is provided as Attachment I. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. NAICS Code The NAICS Code for this requirement is 541611, Administrative Management and General Management Consulting Services, and the Size Standard is $7.0M. Anticipated Contract The proposed contract is anticipated to be a single award, Indefinite Delivery/Indefinite Quantity (IDIQ) type contract. Period of Performance The period of performance for this requirement will be a 12 month base year and four 12 month option periods. This contract is estimated to commence in June 2012. Responding contractors shall provide relevant past performance on same/similar work dating back 5 years and capability statement detailing their technical expertise in the mission areas. The capabilities statement must be presented in sufficient detail for the Government to determine that your company possesses the necessary mission area expertise and experience to compete for this acquisition (to include experience with the Fleet (PACFLT, C10F, FFC), PEO's, and OPNAV N2N6). In addition to the above mission areas, contractors should specifically address their ability to recruit and retain employees with Top Secret SCI clearances. Contractor ™s response shall also include the following information and can be submitted in your own format: Size of company, i.e., 8(a), WOSB, SB, Veteran, all others, number of employees and revenue for the past 3 years. Standard company brochures will not be reviewed. Submissions are not to exceed six (6) typewritten pages in no less than 12 font. Also, please indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. Reponses to this Sources Sought request should reference N0018912R0002 and shall be submitted electronically to Chandra Brinkley at chandra.brinkley@navy.mil Phone: (757) 443-1442 (4:00 EST) 1 February 2012. All technical questions and inquiries may be submitted within the response. The Government does not anticipate providing answers to submitted questions; however, questions will be considered when developing the solicitation. Please also include the company name, address, POC name, phone number, fax number and email, Contractor and Government Entity (CAGE Code). Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912R0002/listing.html)
 
Document(s)
Attachment
 
File Name: N0018912R0002_Attachment_1_to_Sources_Sought.docx (https://www.neco.navy.mil/synopsis_file/N0018912R0002_Attachment_1_to_Sources_Sought.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018912R0002_Attachment_1_to_Sources_Sought.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02656037-W 20120120/120118234213-6a0752e686da52ea52548e1e8e403ab7 (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.