Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2006 FBO #1531
SOURCES SOUGHT

R -- RE-ISSUE OF MARKET SURVEY NUMBER MKTSVY_334BA FOR ENGINEERING, ANALYTICAL, LOGISTICS, & TECHNICAL SUPPORT SERVICES

Notice Date
2/2/2006
 
Notice Type
Sources Sought
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
SSC-San_Diego_MKTSVY_337E2
 
Response Due
2/22/2006
 
Small Business Set-Aside
N/A
 
Description
RE-ISSUE OF MARKET SURVEY #MKTSVY_334BA. THE RE-ISSUE OF MKTSVY_334BA CORRECTS SMALL BUSINESS SIZE STANDARD FROM $4.5 MILLION TO $25 MILLION; ADDS ANTICIPATED PERFORMANCE LOCATIONS; AND EXTENDS DUE DATE OF RECEIPT OF CAPABILTY INFORMATON FROM 9 FEBRUARY 2006 TO 22 FEBRUARY 2006. The Space and Naval Warfare Systems Center San Diego (SSC SD) ??? Information Assurance & Engineering Division, Code 2877, is seeking sources that can provide engineering, analytical, logistics and technical support services in support of submarine Command, Control, Communication, and Intelligence (C3I) for Virginia Class Submarines and Acoustic Rapid Cots Insertion (ARCI) for Sonar, Towed Systems, and Combat Control electronic systems and equipments in Los Angeles, Seawolf, and Trident Class Submarines. The scope of the services will include Installations/Upgrades, Operation and Maintenance of Technical Training, Acquisition, and Life Cycle Support and Advanced Technology Training Development for C3I Systems for Virginia Class Submarines and ARCI for Sonar and Combat Control for all Los Angeles Class, Seawolf, and Trident Class Submarines and related Support. The primary location for performance of this effort is Norfolk, VA with performance locations anticipated to include Portsmouth, NH; Kings Bay, GA; Groton, CT; Bremerton, WA; San Diego, CA; Pearl Harbor, HI; and Guam. A ???DRAFT??? Statement of Work (SOW) can be reviewed at https://e- commerce.spawar.navy.mil. This procurement is anticipated to be an indefinite quantity indefinite delivery (IDIQ) cost plus fixed fee (CPFF) contract. SSC-SD anticipates issuing a solicitation for a base year with four one-year options. A minimum guarantee applies to the base period. There is no minimum guarantee on the option years. The estimated level of effort for the total requirement is approximately 798,500 man-hours, which may be expended prior to the end of the potential five year period. The North American Industry Classification System (NAICS) Code is 541330 ??? Engineering Services, and the Small Business Size Standard $25 million. The purpose of this presolicitation notice is to locate and identify qualified small business sources to determine if sources exist for a small business set aside. Interested SB firms are invited to respond to this sources sought announcement by providing an information statement (NTE fifteen (15) pages inclusive of the cover page) that summarizes relevant experience, knowledge, and capabilities consistent with the scope of the C3I Systems for Virginia Class Submarines and ARCI for Sonar and Combat Control for all Los Angeles Class, Seawolf, and Trident Class Submarines as it relates to the technical issues, problems and possible solutions associated with the Installations/Upgrades, Operation and Maintenance of Technical Training, Acquisition, and Life Cycle Support and Advanced Technology Training Development in support of the technical areas noted in the ???DRAFT??? Statement of Work located at https://e- commerce.spawar.navy.mil. Respondents shall provide information related to contracts where the respondent was materially involved at a comparable level of effort. The respondents information statement shall provide: (1) information about their business size status (i.e., small, small disadvantaged, woman-owned small, HUBZone small, veteran-owned small, 8 (a), etc.; (2) a statement that they have the capacity to conform to FAR Clause 52.219-14 Limitations on Subcontracting, and (3) summarizes experience and knowledge as it relates to the scope of the technical activities associated with C3I Systems for Virginia Class Submarines and ARCI for Sonar and Combat Control for all Los Angeles Class, Seawolf, and Trident Class Submarines in the identified technical areas listed in the Draft SOW. Specifically, the respondents shall address their experience and knowledge in the following six (6) general areas as it relates to the scope of the support areas listed in the Draft SOW: (a) technical assistance; (b) equipment operation assessment; (c) installation and test; (d) repair support; (e) integrated logistics support; and (f) program planning. A determination as to whether this acquisition will be a set-aside or full and open competition will be based upon responses to this notice. The deadline for submission of capability information is February 22, 2006 by 2:00 PM Pacific Time. Capability information is to be submitted via electronic transmission to the SPAWAR E-Commerce Central website. The URL for the SPAWAR E- Commerce Central is https://e- commerce.spawar.navy.mil. First time users of this site are encouraged to access the link titled ???Read Me First!???, and then register through the link titled ???Submitting a Proposal????. SSC San Diego may not evaluate offeror submissions that do not comply with the submission instructions. SSC San Diego will evaluate all offeror submissions that comply with the submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work envisioned in the Draft SOW. Each respondent to this notice will be notified in writing of the set-aside or unrestricted decision made for this procurement. A debrief will not be available. Please direct any questions to Esther E. Christianson, phone (619) 553-4333, email esther.christianson@navy.mil.
 
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=4A6227F35912AA1D8825710900672D44&editflag=0)
 
Record
SN00979304-W 20060204/060202212920 (fbodaily.com)
 
Source
FedBizOpps 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.