Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2005 FBO #1284
SOURCES SOUGHT

36 -- Air Traffic Control (ATC), Ground Electronics Maintenance (GEM), Meteorology Forecasting and Observation (MET) and Air Field Base Operations Services

Notice Date
5/31/2005
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_2970E
 
Response Due
6/16/2005
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston, Aviation Technical Services and Engineering Division Code 67, is soliciting information from potential sources to provide Air Traffic Control (ATC), Ground Electronics Maintenance (GEM), Meteorology Forecasting and Observation (MET), and Air Field Base Operations services in support of U.S. Government aviation facilities worldwide. The sponsor is the National Science Foundation (NSF). Potential sources must have demonstrated relevant experience and proven abilities providing Air Traffic Control (ATC), Ground Electronics Maintenance (GEM), Meteorology (MET) Forecasting and Observation services, and Air Field Base Operations services. Given the magnitude of this procurement, for the purpose of this evaluation, the threshold for relevant experience is established at $3M. 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 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) Air Traffic Control (ATC) (34%) a) Provision of ATC services b) Provision of flight planning and flight dispatch services C) Provision of Special Use Airspace services 2) Ground Electronics Maintenance (GEM) (33%) a) Provision of preventive and corrective maintenance of ATC, navigation, communications, weather, and related systems 3) Meteorological Observation and Forecasting (MET) (33%) a) Provision of aviation and general weather forecasting services. b) Provision of weather observation services 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 planned is a 12- month base period and four one-year options. The Government estimate for this effort is $29M with approximately 97% of the effort in labor (est 97,854 hours per year). 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 five (5) pages on data submitted. Responses shall be submitted via e- mail to SPAWARSYSCEN, Charleston, Deborah D. McNeely, Contract Negotiator, at Deborah.McNeely@navy.mil or by mail to SPAWARSYSCEN Charleston, Code 0216DM, P.O. Box 190022, North Charleston, SC 29419-9022. Include the name of your firm in the subject line of your 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), HuBZone, Woman-Owned, Veteran- Owned and/or Service Disabled Veteran- 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 nor 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 for any of the preference programs based on responses hereto. The applicable NAICS code is 488111 with a size standard of $5 million. Closing date for responses is 16 June 2005.
 
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=ACD3F117ACDCC33F8825701200436870&editflag=0)
 
Record
SN00818627-W 20050602/050531212251 (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.