SOURCES SOUGHT
R -- Integration and Technical Support Services
- Notice Date
- 4/25/2006
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston_MKTSVY_35A6E
- Response Due
- 5/2/2006
- Small Business Set-Aside
- N/A
- Description
- The Space and Naval Warfare Systems Center, Charleston (SPAWARSYSCEN, Charleston) is soliciting information from potential sources for C4 communication systems for tactical/vehicular/shipboard and aircraft platform integration and technical support services. The Contractor???s capabilities must include the following: Integration, production, training, and lifecycle sustainment support on C4 communication systems for tactical/vehicular/shipboard and aircraft platforms. Integration, production, training, and lifecycle sustainment support of enhanced vision systems, concealed weapons detection systems and non- lethal weapons to support tactical and vehicular communication systems. Integration, production, training, and lifecycle sustainment support of wireless enabled ruggedized computers and ruggedized portable secure (Type one encryption) and protected (commercial encryption) wireless networks for harsh environments. Integration, production, training, and lifecycle sustainment support of Roll- On Mobile communications and electronics shelters for aircraft platforms, and integrate sensor and detection equipment into aircraft systems. Develop life cycle sustainment programs on C4 communication systems for tactical/vehicular/shipboard and aircraft platforms. Integration and test facility within 2 miles of an airport. An aircraft readily available to test and evaluate aircraft communication platforms under in-flight conditions. A Firm Fixed Price, Indefinite Delivery/Indefinite Quantity one year contract with four one year options is anticipated. The NAICS Code is 541330 and the applicable size standard is $23 Million. NO SOLICITATION WILL BE MADE AVAILABE AS A RESULT OF THIS ANNOUNCEMENT. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Any firm that believes it can meet the above requirements may give written notification to the individual identified below. Supporting evidence to include appropriate documentation, literature and references must be furnished in sufficient detail to demonstrate the high level of proficiency required to comply with the above requirements. Include current status of or ability to obtain integration and test facility within 2 miles of an airport and an aircraft readily available to test and evaluate aircraft communication platforms under in-flight conditions. This documentation shall include: 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), Woman-Owned, Veteran Owned, and/or Service Disabled Veteran Owned; 4) number of years in business; 5) technical capability; 6) affiliate information??? parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); 7)a list of customers covering the past 5 years, highlight relevant work performed including a summary of work performed that substantiates the ability to meet the requirements described herein along with, contract numbers, contract types, dollar value for each contract referenced, and a customer point of contact, including phone number. The data submitted shall be limited to no more than five (5) pages. Comments and/or responses shall be submitted via e-mail to SPAWARSYSCEN Charleston, Code 025BY, Brenda Yopp at: Brenda.yopp@navy.mil. Any response to this announcement must be received no later than 14:00 EST 2 May 2006. All responses will be evaluated; however, a determination by the Government not to compete the proposed action is solely within the discretion of the Government.
- 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=21B289F9E1609BC08825715B00652A61&editflag=0)
- Record
- SN01034933-W 20060427/060425220940 (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 |