Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
MODIFICATION

A -- Maritime Integrated Air and Missile Defense Planning System

Notice Date
7/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-16-R-5212
 
Archive Date
3/18/2017
 
Point of Contact
Simone L. Brightmon, Phone: 202-781-4188
 
E-Mail Address
simone.brightmon@navy.mil
(simone.brightmon@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is for market research purposes only and does NOT constitute a request for proposal. This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This SOURCES SOUGHT NOTICE is issued by the Department of Defense (DoD) Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office (PEO) Integrated Warfare Systems (IWS) 6.0 Command and Control Directorate. This is an amendment to the Sources Sought Notice posted on 1 March 2016 which updates and provides changes to the previous notice. This office is conducting market research in accordance with FAR Part 10, to determine if sources possess the requisite capabilities to successfully perform the requirement stated herein. NAVSEA intends to issue a Full and Open Competitive solicitation for the sustainment of Maritime Integrated Air and Missile Defense Planning System (MIPS). This contract covers the MIPS program through its operational phase to planned end of life. Support of this system is predominantly software in nature, but does include commercial off the shelf equipment. A MIPS system is forward deployed on select U.S. Navy ships as well as ashore sites and provides the fleet with target and asset tracking capabilities not found in any other U.S. Navy software suite. These capabilities provide improved air defense, improved planning for ship placement and long range surveillance and track. This procurement includes the support for maintenance of current capability, performance of remote systems grooms, database refresh, replacement of obsolete or discontinued items, and training and existing interfaces interface/interoperability for all existing MIPS configurations. This procurement will have no additional planning functionality to the MIPS operational planning tool. This effort also has options for Engineering Services to support ADHOC events, weapons system threat and threat response updates; and obsolescence replacement and life time sparing procurement. Software documentation will be updated and delivered in support of the software. The TDP shall be managed by the Contractor in a manner that incorporates all impacts to the baseline. Process program and a configuration management process will be required. The proposed North American Industry Classification Systems (NAICS) code is 541512. At this time, the Government intends to do a full and open competition, or possibly set aside the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program, if responses from this request for information indicate that it is in the Government's best interest to do so. The Government requests that interested companies respond to this notice, if applicable, and identify your business status to the identified NAICS code. Responses to this sources sought shall demonstrate that the respondent is regularly engaged in providing software services for the same or substantially similar items. The contractor must possess a facility security clearance issued by the Defense Security Service at the SECRET level. A single award contract is anticipated in Fiscal Year (FY) 2019 with priced options through FY 2023. RESPONSES: Interested Contractors shall respond describing their capabilities for developing and maintaining computer programming/software services. Send responses to Simone Brightmon, SEA 02522, via email to simone.brightmon@navy.mil in PDF or Microsoft Word Format. In order to be considered in this market survey, please reply on or before August 1, 2017 by 1500 hours (Eastern). At a minimum, responses shall include the following: Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, Other than Small Business), point of contact name, mailing address (if different from business address), phone number and email address; Descriptive literature, brochures, marketing material, etc. detailing the nature of the services the responding firm is regularly engaged in providing. Contractor's capability statements, including all descriptive literature, shall have a 10 page limit. The respondents capability statements shall, at a minimum, define the following: 1. Core competencies -These are short introduction statements relating the company's core competencies to satisfy IWS 6.0's specific needs for the MIPS procurement (e.g. - Software development, maintenance, integration, and certification etc.), DoD and DoN experience. 2. Past performance - List of past customers (maximum of 3) for whom the contractor has done similar work. Provide details of accomplishments, products and services rendered; 3. Differentiators - How is your company suited for meeting the needs of IWS 6.0 as stated in the above description? What is it about your companies abilities that make it stand out from the rest? What is it about your people that give you the advantage over your competitors? Why your services may provide better solutions? DISCLAIMER AND IMPORTANT NOTES: This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-5212/listing.html)
 
Record
SN04585074-W 20170720/170719000051-1625a3a231c483377eda6e2a772d8df8 (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.