Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

J -- Persistent Ground Surveillance System (PGSS) Operators

Notice Date
7/28/2014
 
Notice Type
Presolicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-14-R-0234
 
Archive Date
8/27/2014
 
Point of Contact
Stephanie Linck,
 
E-Mail Address
stephanie.linck@navy.mil
(stephanie.linck@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Aircraft Division Lakehurst, NJ (NAWCADLKE) intends to award a competitive Firm Fixed-Price contract for CONUS and OCONUS Experienced Persistent Ground Surveillance System (PGSS) Operators. PGSS Operators support Forward Operating Bases (FOBs) in Afghanistan as well as CONUS locations. The procurement will be competed amongst Special Surveillance Program (SSP) Operator Support BOA holders. The BOAs are issued under solicitation N68335-14-R-0165 on the Federal Business Opportunities (FedBizOpps) website. The requirement will be for approximately 25 OCONUS experienced operators and approximately 50 CONUS experienced Operators. OCONUS Operators must successfully complete the pre-deployment criteria which includes, but is not limited to, a successful health evaluation, high school education (or higher education), and eligibility for Interim SECRET level security clearance. Operators may be required to attend Government provided pre-deployment training and obtain a certificate of completion prior to each deployment. Period of Performance for the contract will be approximately 6 months with a 6 month option period. The NAICS code associated with this requirement is 811213. Only current SSP Operator Support BOA holders will be able to compete for this requirement. All responsible sources, who have not currently submitted for a SSP BOA or who do not currently hold a SSP BOA, are encouraged to submit a capability statement in response to announcement N68335-14-R-0165 if they would like to compete for future operator support requirements. All questions and submissions in reference to this notice will be sent to the Point of Contact for this requirement, Stephanie Linck, Phone: (732) 323-2989, E-mail: stephanie.linck@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-14-R-0234/listing.html)
 
Place of Performance
Address: Yuma, AZ, Ft. Dix, NJ, China Lake, CA, Afghanistan, United States
 
Record
SN03440053-W 20140730/140728234904-7e978744123c17f7d5e629018eb99313 (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.