Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2004 FBO #0983
SOLICITATION NOTICE

R -- Systems Engineering & Software Development for Command Control Communication & Computer Information System (C4ISR)

Notice Date
8/3/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-04-R-0103
 
Response Due
9/16/2004
 
Archive Date
10/16/2004
 
Point of Contact
Point of Contact - Janet L Stone, Contract Specialist, 843-218-5906; Kathy Breitkreutz, Contracting Officer, 843-218-5933
 
E-Mail Address
Email your questions to Contract Specialist
(janet.stone@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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, software engineering 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 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 software engineering. Given the magnitude of this procurement, for the purpose of this evaluation, the threshold for relevant experience is established at least $500K. For evaluation purposes, each potential source is requested to provide a description of work performed, including specific demonstrated experience they are capable of performing. Only provide information on demonstrated performance within your company. Do not include any documentation 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. 1. Experience and abilities providing software engineering/software development services according with IEEE/EIA 12207 and ISO/IEC 12207. 2. Experiences with Information Technology Systems and Services. 3. Experience and current assessment of at least working toward CMM SW Level 3, CMMI Level 3 or higher or similar processes. 4. Experience inC4ISR systems related systems or projects will be very helpful but not required. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an Indefinite Delivery/Indefinite Quantity, Performance Based, Cost-Plus-Fixed-Fee type contract. The procurement is anticipated to be for a base year with four (4) one-year option periods. The Government anticipates the level of effort to be a total of 194,392 man-hours over a 60-month period. The total estimated value is $12,838,101.70 for all years. The North American Industry Classification System (NAICS) code is 541511 and the size standard is $21,000,000.00. 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 limit of five (5) pages for the data submitted. Responses shall be submitted via e-mail to SPAWARSYSCEN Charleston, Code 0216JS, at e-mail address janet.stone@navy.mil. Or by mail to SPAWARSYSCEN, Charleston, Code 0216JS, 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 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, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers (not more than 5) 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. Provide responses to subject market survey by 12 July 2004.
 
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=BAEECE89301E231F88256EE5005C189A&editflag=0)
 
Record
SN00636112-W 20040805/040803213300 (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.