Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2003 FBO #0701
SOLICITATION NOTICE

R -- SYSTEM ENGINEERING & TECHNICAL SUPPORT SERVICES

Notice Date
10/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-03-R-0431
 
Response Due
1/21/2004
 
Archive Date
2/20/2004
 
Point of Contact
Point of Contact - Janet Shirey, Contract Specialist, 843-218-5940; Donna Murphy, Contracting Officer, 843-218-5919
 
E-Mail Address
Email your questions to Contract Specialist
(janet.shirey@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The Space and Naval Warfare Systems Center (SPAWARSYSCEN) Charleston Command and Control Systems Department, Code 60, is soliciting information from potential sources to provide system engineering, software development, configuration management, test, fleet introduction, product improvement, quality assurance, logistic, and life cycle management support for various C4ISR requirements, programs, and projects, as tasked by multiple Department of Defense (DOD) and other Federal Agencies, during critical periods from system conception through system operation. A draft statement of work is attached which outlines present C4ISR requirements and additional programs requiring support. Potential sources must have demonstrated relevant experience and proven abilities in engineering and technical support services of a non-personal nature, encompassing, but not limited to, the following: system engineering, software engineering, security engineering, test and evaluation, installation, maintenance and site support, configuration management, quality assurance, logistics, material control, training and program management. Given the magnitude of this procurement, for the purpose of this evaluation, the threshold for relevant experience is established at $10M. For evaluation purposes, each potential source is requested to provide a description of work performed, including specific demonstrated experience, for each task listed below and to state what percentage they are capable of performing. Only provide information on demonstrated performance within your company. 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 experience. The estimated percentage of each task in terms of the overall effort is identified below. 1) Experience and abilities providing engineering and technical services in support of: Tactical Mobile, Mobile Operational Command Center (MOCC), Joint Mobile Ashore Support Terminal (JMAST) and TSC Communications Module (TCOMM)], RMAST, PAC3T, and other Mobile and fixed site C4ISR systems. (23 %) 2) Experience and abilities providing engineering and technical services in support of USMC C4ISR requirements, programs and projects such as but not limited to: TCO, UOC, GCCS, CAC2S, TCO, TEG, IAS FOS, IOS, IOW, DACT, IPL, JSTARS, ENM, MSIDs, TACPHOTO, MISTC, AFATDS, AAAV, BFT, C2PC, MSBL, C4I, and other Mobile and fixed site C4ISR systems, and related interface systems. (23%) 3) Experience and providing engineering and technical support for C4ISR Navy, USMC and FMS systems, programs in the following disciplines areas: (a) Systems Engineering- include functions such as program planning, concept exploration, requirements definition, risk reduction activity, design development, modeling and simulation, test and evaluation, system integration, site installation and maintaining the optimum capabilities in C4ISR systems. (7%) (b) Software Engineering- Experience and abilities providing software engineering services and technical support in the design, development, integration, and test and evaluation of various existing and future C4ISR systems and associated interface systems, subsystem, equipment, and software in accordance with IEEE/EIA 12207.(4%) (c) Security Engineering-Experience and abilities providing security engineering for Navy and USMC C4ISR to include addressing and assessing computer security issues from initial concept development throughout the system life cycle.(2%) (d) Test and Evaluation- Experience and abilities providing engineering and technical expertise to conduct thorough test and evaluation of all operational and functional aspects of newly designed or modified C4ISR systems, equipment or computer software. (8%) (e) Installation, Maintenance and Site Support- Experience and abilities providing technical and engineering services to install equipment, conduct integration testing, resolve interface problems, analyze other technical problems, correct deficiencies in hardware, software and documentation, and ensure the continuous updating of configuration baseline. Experience providing hardware and software installation and integration Tactical Mobile, USMC and FMS C4ISR projects, program or systems, subsystem and equipment programs. Providing repair, troubleshooting, site support on call support (24 hours/day, 365 days per year) and technical assistance for fielded Tactical Mobile and USMC C4ISR systems.(10%) (f) Configuration Control- Experience and abilities providing configuration management support for C4ISR requirements to include planning, baseline management, configuration identification, configuration audits, formal qualification review, engineering changes, and configuration management records and reports. (5%) (g) Logistics- Experience and abilities providing engineering, technical and analytical support all Integrated Logistic Support (ILS) elements and disciplines for Tactical Mobile, MOCC, RMAST and mentioned USMC C4ISR systems and projects. (8%) (h) Training-Experience and abilities providing provide engineering, technical, analytical, and instructional support C4ISR systems and requirements, programs and/or projects in accordance with the Navy and USMC instructional guidelines. (10 %) 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 period of performance will for a 12-month base period and four one-year options. In addition five award-term years may be included. The Government estimate for this effort is $283M (inclusive of the potential 5 award-term (incentive) years) with approximately 97% of the effort in labor (est 518,880 hours per year) and 3% in other direct costs. Firms are invited to submit 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 limit of seven (7) pages on data submitted. Responses shall be submitted via e-mail to SPAWARSYSCEN, Charleston, Jan Shirey, at janet.shirey@navy.mil or by mail to SPAWARSYSCEN, Charleston, Code 0216SJ, P.O. Box 190022, North Charleston, SC 29419-9022. (Request that name of firm be stated in subject line of e-mail message). Responses must include the following: 1) name and address of firm; (2) size of business: average annual revenue for past three years and number of employees; (3) ownership: Large, Small, Small Disadvantaged, 8(a), and/or Woman-Owned; (4) number of 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: 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. 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 full qualified will be considered in any resulting solicitation for the requirement. The government reserves the right to consider a small business set-aside for any of the preference programs based on responses hereto. The applicable NAICS code is 541330 with a size standard of $23 million in annual receipts. Closing date for responses is 16 May 2003. PLEASE GO TO SPAWAR E-COMMERCE WEBSITE http://www.e-commerce.spawar.navy.mil/ TO VIEW THE STATEMENT OF WORK FOR THIS SURVEY.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=C8EAC707D09A6DF188256DCC006DD082&editflag=0)
 
Record
SN00460359-W 20031029/031027213234 (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.