Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2002 FBO #0209
SOURCES SOUGHT

R -- Systems Engineering Support Services for Various C4ISR and C2 Systems

Notice Date
6/27/2002
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston MKTSVY 1ABCE
 
Response Due
7/12/2002
 
Point of Contact
Point of Contact - Deborah McNeely, Contract Specialist, 843-218-5905
 
E-Mail Address
Email your questions to Contract Specialist
(mcneelyd@spawar.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SPAWARSYSCEN, Charleston is soliciting information from potential sources for Program Management Support (10% of estimated level of effort), Systems Engineering Support (25% of estimated level of effort), Integrated Logistics Support (25% of estimated level of effort), Configuration and Data Management Support (20% of estimated level of effort), Direct Customer Support (10% of estimated level of effort), and Security Engineering Support (10% of estimated level of effort) for several Department of the Navy (DON) C4ISR systems and other Government Command and Control Networks. The Systems Engineering and Integration Division, Code 63 desires to engage in a contractual relationship with a commercial organization that possesses demonstrated experience in successfully implementing and managing best industry practices in the areas of Program Management Support, Systems Engineering Support, Integrated Logistics Support, Configuration and Data Management Support, Direct Customer Support, and Security Engineering Support. The challenges of this contract include integrating best commercial business practices into the U.S. Government's work processes and providing a wide range of support for various C4ISR and C2 systems in several locations. The desired contractual relationship will engage a commercial entity that has successfully integrated these processes into Government or large industry. The commercial entity will also possess well-formulated, proven concepts on how to implement these processes into Government while reducing the costs of the processes. To prevent engaging a company, which would have to learn on the job through trial and error, the Government will not enter into a contractual relationship with an entity that does not have this experience. The successful contractor must be experienced and innovative. The Division's goal is to partner with industry to set a standard for how Government should be doing business. The contractor shall provide world-class technical, engineering and logistics operations support services for Code 63 with the goal of increasing the efficiency and effectiveness of the Division while finding innovative ways to reduce the costs of those operations. The intent of this effort is for the contractor to identify, develop, and perform industry best practice support efforts within the Division. Under this contract, the varying engineering and support practices of different DON entities and multiple levels of information from disparate geographical locations shall be consolidated into standard engineering and support practices to form a coherent solution within and across the Division. The current Code 63 business base to be supported under this contract consists of, but is not limited to, Department of Defense (DoD), Department of Navy (DoN), Foreign Military Sales (FMS), Department of Justice (D0J) Federal Bureau of Investigations (FBI), Homeland Security (HLS), and other inter-agency programs. Code 63's engineering and support services consist of six broad categories. These categories are: Program Management Support, Systems Engineering Support, Integrated Logistics Support, Configuration and Data Management Support, Direct Customer Support, and Security Engineering Support. Program Management Support is to be provided to the other five areas and includes but is not limited to providing and/or developing and/or maintaining of Executive Level Briefings, Integrated Milestone Information, Program/Project Planning, Scheduling and Trend Analysis, Cost Estimates and Projections, Hardware and Equipment Procurement and Website Development/Maintenance. Systems Engineering Support includes but is not limited to providing and/or developing and/or maintaining of Technical Planning Requirements and Procedures, Requirements Analyses, and System Hardware Development. Integrated Logistics Support includes but is not limited to providing and/or developing and/or maintaining of the products associated with all ten Logistics elements. Configuration and Data Management Support includes but is not limited to providing and/or developing and/or maintaining of Configuration Data Acquisition, Configuration Management Configurations, Configuration Management Requirements, and Engineering Change Management. Direct Customer Support includes but is not limited to providing and/or developing and/or maintaining of Helpdesk Operations, Fleet Technical Assistance, Failure Trend Analysis, On-Site Technical Assistance, Systems and Equipment Operation, On-Site Repair and Refurbishment, and Installation Procedures. Security Engineering Support includes but is not limited to providing and/or developing and/or maintaining of Security Requirements, and Security Trade-off Analyses. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an indefinite-delivery, indefinite-quantity, Cost-Plus-Fixed-Fee Performance-Based Services Acquisition (PBSA) type contract, with task orders. Firms are invited to submit appropriate documentation, literature, brochures and references to support that they possess the required specialized experience in the categories/sub-categories noted above with capabilities necessary to meet or exceed stated requirements. Responses shall be submitted by electronic mail to mcneelyd@spawar.navy.mil. Responses must 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 Business, Veteran-Owned small business, Service-Disabled Veteran-Owned small business, HUBZone Small business, Small Disadvantaged Business, and Women-Owned Small Business concerns; (4) number of years in business; (5) two points of contact: name, title, phone, fax and email; (6) DUNS number (if available); (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if 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. The summary must include an identification of how the experience ties to the categories/sub-categories noted above; (9) a statement concerning the company's registration status in the Contractor Central Registration (CCR). NOTICE REGARDING SYNOPSIS: This synopsis is for information and planning purposes only 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. The analysis of the information received will be utilized in formulating our acquisition strategy for the potential resultant RFP. The government reserves the right to consider setting-aside this acquisition under a program, such as a Small Business set-aside, or an 8(a) set-aside, based on responses hereto. The applicable NAICS code is 541330, (corresponding SIC Code 8711) with a size standard of $20 million in annual receipts. Closing date for responses is 12 July 2002, 2 PM Eastern Standard Time.
 
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=96DED8D31E79B34588256BE500612BFF&editflag=0)
 
Record
SN00100973-W 20020629/020627213415 (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 |
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.