Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2005 FBO #1305
SOURCES SOUGHT

J -- Communication Systems ISEA Support

Notice Date
6/21/2005
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_2ABEE
 
Response Due
7/1/2005
 
Small Business Set-Aside
N/A
 
Description
SPAWARSYSCEN Charleston is soliciting information from potential sources to provide In Service Engineering Activity (ISEA) support, system integration and technical support services, including life cycle support that will be used to define, design, develop, test, integrate, and provide support for the delivery of Command, Control, Computer, Communications and Intelligence (C4I) systems to the warfighter. The Contractor shall have a working knowledge of C4I methodology, while ensuring that the individual equipment, subsystems and systems comprising Command, Control, Computer, Communications, Intelligence, Surveillance and Reconnaissance (C4ISR) and other related C4ISR equipment and systems are properly integrated, are operating within specified parameters when assembled into a total system, and are logistically supported when delivered and/or integrated into the ship or shore facility. A contractor facility will be required within the Tidewater Virginia area. Specific areas of specialization, thereby requiring subject matter expertise, include FMS Ship Transfer C4ISR Integration, Specialized Secure Voice Communications, Exterior and Interior Communications Switching, and End Office/Central Office Public Switched Telecommunications Networks (PSTN). Specific experience is required in the following systems and equipment: AN/URT-23A & B; AN/URT-23C & D; AN/URT-23E; AN/URT-24; AN/URC-94; JHS-32; DDG/DD-963 COMMS (T-1322, R-1903, R-1903A, SRA-34, ANT COUPLER GROUP); HF RCVRS R-1051, R2368; CLASS A, B, AND C DEPOT OVERHAUL EXP; AN/GRC-211; AN/URC-93; AN/WSC-3 SATCOM & LOS; AN/UYQ-92 (BFEM66) Operation, Software Integration, Troubleshooting Multiplexers Navy / DoD; Shipboard Multicouplers (UHF/HF); Shipboard VHF Systems; Shipboard SHF RF Systems; Shipboard SHF Baseband Systems; ATM / Edge Switches; SHF Peripheral Systems; This is a follow-on requirement to contract N65236-98-D-5822 for engineering support services and materials in support of Navy Communications Programs. The incumbent contractor is Texcom, Inc., Portsmouth, VA. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for a task order based indefinite-delivery, indefinite-quantity cost-plus-fixed-fee type contract. The estimated contract value for this procurement is $30 million. Firms are invited to submit the appropriate documentation, 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 five (5) on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, Code 0218KC, via e-mail to kelly.cannady@navy.mil. 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, 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) the percentage of work your company can perform with respect to the stated requirements (Do not include any documentation or percentages for any company other than your own. This is an analysis of your company???s abilities and what it can or cannot perform) (9) 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. NOTE REGARDING SYNOPSIS: 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, nor any follow-up information requests. Respondents will not be notified of the results of the evaluation. It is anticipated that this effort will be set-aside for small business concerns. Based on the analysis of the responses hereto, the Government reserves the right to consider a set-aside for one of the small business preference groups (i.e., 8(a), SDB, SDVO, etc..). The applicable NAICS code is 541330 with a size standard of $23 million. The Closing Date for responses is 1 July 2005. Please reference No. 05R0618 when responding to this request for information.
 
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=FA4D0BCF062610648825702700612B91&editflag=0)
 
Record
SN00833775-W 20050623/050621212524 (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.