SOURCES SOUGHT
R -- Engineering and Technical Support Services for Security Systems
- Notice Date
- 12/4/2002
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston MKTSVY 2163A
- Point of Contact
- Point of Contact - Brenda D Grimsley, Contract Specialist, 843-218-5951
- E-Mail Address
-
Email your questions to Contract Specialist
(grimsleb@spawar.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- MARKET SURVEY SPAWAR E-Commerce Central, SSC-Charleston N65236-02-R-0097 Description: R-Engineering and Technical Support Services for Security Systems Sources Sought/Market Survey Brenda Grimsley, Code 0217BG, (843) 218-5951; Contracting Officer, Donna Murphy This is additional/changed information to the market survey (MKTSVY 1D082) conducted in August 2002 and is provided for clarification. A preliminary draft Statement of Work is attached. The Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston Surveillance and Systems Engineering Department, Code 70, is soliciting information from potential sources to provide Engineering and Technical Support Services to support Physical, Electronic, and Computer Sensor System (PECSS) programs. This program will support Marine Corps ESS and Maintenance initiatives; Automated Fuel Handling Depots sites and other customers as identified by Code 741 and 742. Potential sources must have demonstrated expertise and proven abilities in engineering and technical support services of a non-personal nature encompassing, but not limited to, the following: task assignments and programs in the areas providing engineering development, design, procurement, fabrication and configuration, installation, integration, maintenance, and other life cycle support. For evaluation purposes, each potential source is requested to provide a description of work performed, including specific demonstrated expertise, for each task listed below and to state what percentage they are capable of performing. Only provide information on demonstrated performance with examples of reports or other documents. Do not include any documentation or percentages for any one company other than your own. This is an analysis of your company's abilities of what it can perform based on previous experiences. 1). Experience and abilities providing engineering and technical services in support of Physical, Electronic and Computer Sensor System (PECSS) programs to include a) engineering development; b) design; c) procurement; d) fabrication and configuration; e) installation; f) integration; g) maintenance; h) life cycle support. 2) Experience and abilities providing engineering and technical services in support of the functional areas including a) Sophisticated sensor technologies development and implementation; b) Monitor & Control and Supervisory Control Data Acquisition applications; c) Security equipment and systems; d) Information Systems Security; e) Associated communications, networking, and peripheral systems/equipment 3) Experience and abilities providing engineering and technical services in support of efforts in the following areas: surveillance and detection systems; local or remote field sensor devices and technologies, control of electronic, electrical, and mechanical sensor devices and technologies; and Command, Control, Communications, Computer, and Intelligence (C4I) systems and equipment. Due to the large increase in scope, this is considered a new requirement with similar work as procured through contract N65236-98-D-7812 (Incumbent Contractor: BAE Systems, 1601 Research Boulevard, Rockville, MD 20850). 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 type contract, with task orders. The Government Estimate for this effort is $275M with approximately 60% of the effort in labor and 40% in other direct costs. Firms are invited to submit the appropriate documentation as described above in addition to any literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a page limit of seven (7) on data submitted. Responses shall be submitted via e-mail to SPAWARSYSCEN Charleston, Code 0217BG, at e-mail address grimsleb@spawar.navy.mil. Or by mail to SPAWARSYSCEN, Charleston, Code 0217BG, PO Box 190022, North Charleston, SC 29419-9022, Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Service Disabled Veteran-Owned ,and/or Veteran-Owned Business; (4) number or years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (if available); (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers for relevant work performed during the past five years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with phone number. 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, or any follow-up information requests. Respondents will not be notified of the results of the evaluation. The government reserves the right to consider a small business set-aside or 8(a) set-aside based on responses hereto. The applicable NAICS code is 541330 with a size standard of $23.0 million. The closing date for responses is 11 December 02.
- 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=70A1661096BB68A288256C850059AC82&editflag=0)
- Place of Performance
- Address: SPAWARSYSCEN , Charleston SC
- Zip Code: 29419
- Country: USA
- Zip Code: 29419
- Record
- SN00216728-W 20021206/021205074313 (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 |