Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 27, 2000 PSA #2734
SOLICITATIONS

D -- INFORMATION TECHNOLOGY SERVICES, INCLUDING TELECOMMUNICATIONS SERVICES-SOURCES SOUGHT

Notice Date
November 22, 2000
Contracting Office
Naval Oceanographic Office, Contracting Division CODE N41, Stennis Space Center, MS 39522-5001
ZIP Code
39522-5001
Response Due
December 4, 2000
Point of Contact
Mona Fletcher (228)689-8368 or S. Keel (228) 689-8368
E-Mail Address
CLICK HERE TO CONTACT CONTRACTING OFFICE (fletcherm@navo.navy.mil)
Description
THIS IS A SOURCE SOUGHT SYNOPSIS. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. REQUESTS FOR A SOLICITATION DOCUMENT WILL RECEIVE NO RESPONSE. This sources sought announcement is issued for the purpose of identifying potential sources capable of providing technical services in support of the various Meteorology and Oceanography (METOC) systems of the Naval Oceanographic Office (NAVOCEANO), located at Stennis Space Center, Mississippi. The responses to this synopsis will be used for market survey analysis to determine if the contemplated acquisition will be conducted under full and open competition or as a Small Business Set-Aside by exploring potential small business firms to determine the feasibility of a Small Business Set-Aside or 8(a) procedures. Historically Black Colleges and Universities and Minority Institutions (HBCU/MI) and Tribal Universities who are capable of meeting the requirements of this acquisition will also be considered in the analysis. Interested contractors are to possess capabilities and experience to be able to perform requirements analysis, design development, installation, integration, testing, support operation and maintenance of METOC equipment, systems, programs and products. NAVOCEANO requirements fall within the following work breakdown structure elements: Program Management; System Design; System Test and Evaluation; Integrated Logistics Support; Site and Platform Integration; Facilities; Systems Operations; Systems Maintenance; Customized Support Activities; and Security Analysis. A draft copy of the Statement of Work can be obtained by submitting an electronic request to fletcherm@navo.navy.mil. The contemplated contract is for a base plus four (4), one (1) year options with performance anticipated to be performed primarily at contractor facility, which will be required to be located within the commuting distance to Stennis Space Center, Mississippi (1 hour). This sources sought synopsis is not a request for proposals; it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Proposal (RFP). Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this synopsis to this sources sought request. Contractors who believe they possess the expertise and experience shall submit technical capabilities, either in writing to the Naval Oceanographic Office, Contracting Division, Code N112, Stennis Space Center, Mississippi 39522-5001, Attn: M.M. Fletcher, (228) 689-8369, FAX (228) 689-8392, or by e-mail to fletcherm@navo.navy.mil. Responses must be received by COB on 04 Dec 2000. Contractor capabilities will be judged by previous and current experience. Contractors responding to this synopsis request are requested to submit a written qualification statement as it relates to relevant past performance (previous or current experience) similar to the requirement for the past five (5) years. Submission shall include the following: (1) Name and address of contractor (Corporate/Principal Office), (2) Name, telephone and fax number of point of contact, (3) email address of POC (4) date firm started; (5) NAIC Code(s) applicable with the average annual revenue for the past 3 years as it applies to NAICS or Standard Industrial classification (SIC); (6) Eligibility to the 8(a) Program; (7) type of business (i.e.: large, small business, small disadvantaged, 8(a), and/or Woman-owned small business, HUBZone certified; (8) number of years in business, (9) DUNS Number (if available), (10) Affiliate Information with this requirement: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (11) List of current major customers, point(s) of contact & phone number including summary of work performed, contract number, contract type, dollar value, for each reference; (12) description of your firms core area of expertise; and (13) summary of contractor's capabilities (may include brochures/literature) to meet the related scope as defined in the draft SOW. All of the information sought should be conveyed in no more than 10 pages. Each response must reference the sources sought title. The Contractor's capability statement (minimum information) shall include, but not be limited to the following type of information: (1) Professional qualifications related to the Management and quality control plans appropriate for the scope of work, (2) Specialized recent experience and technical competence related to the above specified capabilities and experience to be able to perform requirements in the statement of work. Including Sufficient technical, supervisory, and administrative personnel to ensure expeditious prosecution of work assignments, (3) demonstrate corporate experience in performance of support tasks similar to requirements described herein, and (4) Past performance and the experience and Capacity to accomplish work in the required time frames and ability to handle multiple projects at the same time. Indicate the firm's present workload and contractual commitments. All documentation submitted shall become the property of the Government and will not be returned to the sender. This request is for information only. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY, AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED. Availability of any formal solicitation will be announced separately and will reference this sources sought announcement. Respondents will not be notified of the results of the market analysis. For this type of technical services, the facilities clearance required is SECRET and the level of safeguarding covering receipt, storage, and processing and a program of standard security practices and procedures approved by the appropriate Security Agency.
Web Link
CLICK HERE (None)
Record
Loren Data Corp. 20001127/DSOL009.HTM (W-327 SN5072W2)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on November 22, 2000 by Loren Data Corp. -- info@ld.com