SOURCES SOUGHT
R -- IN-SERVICE SUPPORT FOR INTEGRATED UNDERSEA SURVEILLANCE SYSTEM (IUSS)
- Notice Date
- 3/14/2002
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston MKTSVY 1616A
- Response Due
- 4/15/2002
- Point of Contact
- Point of Contact - Greg A Becker, Contract Specialist, 843-218-5049
- E-Mail Address
-
Email your questions to Contract Specialist
(beckerg@spawar.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a Sources Sought Synopsis. Responses to this publication are solicited to provide comment and to identify sources who have the ability to provide Specialized In-Service Engineering Agent (ISEA), Technical Support, and Technical Fleet Support for the Integrated Undersea Surveillance System (IUSS) Programs for SPAWARSYSCEN Charleston, Codes 341 and 344. Programs supported will include but are not limited to: Surveillance Towed Array Sensor (SURTASS); Fixed Surveillance System (FSS); Fixed Distributive System (FDS) and its commercial component (FDS-C); Advanced Deployable System (ADS); Special Projects Sites; Navy Array Technical Support Center (NATSC). SPAWAR anticipates awarding an indefinite delivery, indefinite quantity, Cost reimbursement (CPAF or CPFF) contract with a base year, and four one-year option periods. The Government estimate for this procurement is $26.8 million. The work will be performed at the IUSS Operations Support Center (IOSC), Naval Amphibious Base (NAB) Little Creek, Norfolk, Virginia, as well as ships (underway and pierside), shore sites, and remote site facilities worldwide. The contractor will be tasked in all areas of ISEA related functions within the IUSS programs. The Contractor will be required to perform tasks on any IUSS system or equipment (ashore or afloat). Typical tasks will include (but are not limited to): analytical services; design services; technical services; engineering services; installation planning; equipment/system fabrication; installation services; testing services; technical documentation; life cycle maintenance services; survey services; corrective action services. From time to time the individual tasks will require various types of technical data be delivered. The format, content, delivery and distribution of such tasks will be fully defined in the individual tasking statements. Examples of possible data submissions include (but are not limited to): technical reports; engineering drawings; revisions to engineering drawings; Base Electronic Systems Engineering Plans (BESEPs); revisions to BESEPs; analysis reports; revisions to technical documentation; etc. All Quality Control / Quality Assurances Plans for this contract shall be ISO 9001 (or the most current version) compliant. Therefore, the contractor shall demonstrate prior experience with ISO documentation and procedures. Additionally, upon award, the Contractor will be required to provide furnished office / warehouse space within 30 minutes commuting distance of the IUSS Support Center, NAB Little Creek, VA. There are a variety of Contractor employee security clearance requirements, up to and including Top Secret. Please direct any questions via e-mail to the Point of Contact, Gregory Becker, Code 0213GB, beckerg@spawar.navy.mil. Interested parties should submit any applicable information by 15 April 2002. Responses shall be submitted to SPAWARSYSCEN Charleston, Code 0213GB, PO Box 190022, North Charleston, SC 29419-9022 or by electronic mail to beckerg@spawar.navy.mil. Firms are invited to submit appropriate documentation, literature, brochures, and references to support that they possess the required specialized experience. Responses must reference number N65236-02-R-0038 and include the following: (1) name and address of firm, (2) size of business: average annual revenue for past 3 years and number of employees, (3) ownership: Large, Small, Small Disadvantaged, 8(a), HUBZone, Woman-Owned and/or Veteran-Owned; (4) number of years in business; (5) two points of contact: name, title, phone fax and e-mail; (6) DUNS Number (if available); (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (potential sub) or subcontractors (if potential prime), (8) a list of customers covering the past 5 years: highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer, reference and customer point of contact with phone number, and identify your role as either the Prime or the Subcontractor. Responses shall be limited to ten (10) pages (not including brochures). THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. RESPONDENTS DEEMED FULLY QUALIFIED WILL BE CONSIDERED IN ANY RESULTING SOLICITATION FOR THE REQUIREMENT. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE WITH CONSIDERATION FOR 8(a) AND HUBZONE COMPANIES. THE APPLICABLE NAICS (North American Industry Classification System) CODE IS 541330 WITH A SIZE STANDARD OF $23.0 MILLION. All INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST ARRIVE ON OR BEFORE THE CLOSING DATE. THE CLOSING DATE FOR RESPONSES IS 15 APRIL 2002.
- Web Link
-
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=7DA1DCF87EDB68BF88256B7C005F4583&editflag=0)
- Record
- SN00042845-W 20020316/020314213501 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |