Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOURCES SOUGHT

70 -- Oracle Hardware Maintenance Support for the RTPS Modular Library System - Oracle HW SOW

Notice Date
2/12/2018
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
1300695086
 
Archive Date
3/14/2018
 
Point of Contact
Lauren M. Farmer, Phone: 3017579788, Jennifer L. Lundburg, Phone: 3013423806
 
E-Mail Address
lauren.farmer@navy.mil, jennifer.lundburg@navy.mil
(lauren.farmer@navy.mil, jennifer.lundburg@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Final Oracle SOW for Sources Sought The responses to this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATIONS OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION The Naval Air Warfare Center- Aircraft Division (AIR-2.5.1.11) at Patuxent River, MD announces its intention to procure, on a lowest price, technically acceptable basis, a one (1) year contract for Oracle Hardware Maintenance Support for the Oracle Real-Time Telemetry Processing System (RTPS) Modular Library. The Real-Time Telemetry Processing System (RTPS IV) provides processing and display of data which is collected and transmitted as telemetry signals from the aircraft or other test article. RTPS IV receives the telemetry signals, decodes each individual measurement included in the signals received, computes additional "derived measurements" needed, and makes all measurements available for display in a Project Engineer Station (PES). This is for a renewal of hardware support for Oracle hardware that is in place at the Atlantic Test Range (ATR), Patuxent River, MD. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the maintenance and support described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The PSC for this requirement is 7025; the NAICS is 334111. All interested businesses are encouraged to respond. Specifically, the Government is evaluating the possibility of establishing this requirement as a Small Business/Other Socio-economic Set-Aside. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance is 2 April 2018 - 1 April 2019. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Firm Fixed Price (FFP). This hardware shall be utilized on-site at Naval Air Station Patuxent River, MD Atlantic Test Range. REQUIREMENTS See attached SOW. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50 % of the work themselves in terms of cost performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General $ Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost of performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to provide the hardware maintenance and support listed in the attached SOW. This documentation must address, at a minimum, the following: 1. title of the Requirement you are applying to; 2. company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; 3. prior/current corporate experience performing efforts of a similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the software described herein; 4. resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified; 5. management approach to staffing this effort with qualified personnel; 6. statement regarding capability to obtain the required industrial security clearances for personnel; 7. company's ability to perform at least 50% of the work; and 8. company's ability to begin performance upon contract award. The capability statement package shall be sent by mail to AIR-2.5.1 Contracts, Lauren Farmer, Code 2.5.1.11.1, Building 441, 21983 Bundy Road, Patuxent River, MD 20670 or by email to lauren.farmer@navy.mil. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 2 March 2018. Questions or comments regarding this notice may be addressed to Lauren Farmer at (301) 757-9788 or via email at lauren.farmer@navy.mil. All responses must include the following information: Company Name; Company address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/1300695086/listing.html)
 
Place of Performance
Address: Atlantic Test Range (ATR), 23013 Cedar Point Road, BLDG 2118, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04819796-W 20180214/180212231330-c3780783bb98ce835f75e7a25d4ec3bf (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.