Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2005 FBO #1224
SOLICITATION NOTICE

A -- SUPPORT OF COMMUNICATIONS/ELECTRONICS PLATFORM

Notice Date
4/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-05-R-0073
 
Response Due
4/16/2005
 
Archive Date
5/1/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communications Requirements (SCR) Division, Patuxent River, St. Inigoes, MD has a requirement for engineering, technical, management and professional support services in support of communication-electronics platforms, equipment, systems, subsystems and unmanned vehicle (UV) systems. This action will be processed as a total small business set-aside. These services shall support concept evolution, design, development, integration, test and evaluation, maintenance, logistics, and Life-Cycle Support (LCS) of Navy, Army, Joint Services, Marine Corps, and other agencies communication-electronic platforms, equipment, systems, subsystems, and unmanned vehicle systems. The contractor shall provide its own support facilities needed to perform this tasking. Facilities shall be in the proximity of Naval Air Warfare Center Aircraft Division (NAWCAD), St. Inigoes, Maryland and Tampa, Florida; however, the facility location shall satisfy the daily technical and management operation of the contract. The contractor shall provide, for both on-site and off-site requirements, all equipment and office/facility furnishings to support the requirements. The Government anticipates award of an Indefinite Delivery ? Indefinite Quantity contract with issuance of cost-plus-fixed-fee term and completion form task orders. This small business set-aside is to provide cradle to grave support ranging from providing turnkey systems fully integrated with all equipment, to the development of specific systems to meet or enhance performance requirements. The government is planning a one-year base period from 01 July 2005 thru 30 June 2006 and four yearly option periods. The anticipated level of effort will be around 436,000 hours inclusive of the four yearly options, of which 82,000 hours shall be at St. Inigoes, MD, and the rest (354,000 hours) shall be at Tampa, Florida. Travel shall be required in the performance of this contract. The North American Industry Classification System (NAICS) Code is 541330 with a small business size standard of $23.0 Mil. Basis for award of the resultant contract will be best value to the Government. Evaluation factors for award and relative importance thereof will be identified in the forthcoming Request for Proposal. It is the Government?s intention to release the Request for Proposal, including any subsequent amendments, via the Internet in Microsoft Word format, with attachments to be provided in Microsoft Word, Microsoft Excel, PowerPoint, and Portable Document Format (PDF). The RFP and related documents will be made available on the NAVAIR Home Page at a later date. The www server may be accessed using client browsers such as NETSCAPE and Microsoft Internet Explorer. The www address or URL for the NAVAIR Home Page is http://www.navair.navy.mil/doing_business/open_solicitations. To access the solicitation, select N00421-05-R-0073. In addition to making the solicitation available for downloading via the Internet site, this office will also attempt to E-mail a notification of release of the solicitation and any subsequent amendments to all prospective offerors that submit a request to register for this information via E-mail. E-mail requests should be sent to the following address: Larry.W.Carter@navy.mil and should include the following information for the purpose of compiling a Bidders Mailing List: 1. Company Name 2. Company Address 3. Point-of-contact, telephone number, fax number and E-mail address. In the interest of acquisition streamlining, prospective offerors are strongly encouraged to use the Internet for the purpose of submitting requests relative to this solicitation. Telephone requests for the solicitation will neither be accepted nor returned. A paper copy of the solicitation and any subsequent amendments will not be available or issued. The anticipated release date of the RFP is the week of 18 April 2005. Any questions or concerns regarding this solicitation should be directed to: Department of the Navy, Contracts Group (Attn: Larry Wayne Carter, Code 2.5.1.2.2.5), Naval Air Warfare Center Aircraft Division, Building 8009, Villa Road, St. Inigoes, MD 20684-0010; or preferably via E-mail previously cited above. The point of contact for this procurement action is Larry Carter, Code 2.5.1.2.2.5, telephone 301-995-8925; and the Contracting Officer is Mr. J. Larry Mattingly, email Joseph.Mattingly@navy.mil, telephone 301-995-8119.
 
Place of Performance
Address: Tampa, FL and St. Inigoes, MD
 
Record
SN00780612-W 20050403/050401212558 (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.