Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2006 FBO #1852
SOURCES SOUGHT

D -- C4ISR and IT Systems Engineering

Notice Date
12/20/2006
 
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_3FBEA
 
Response Due
1/23/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Space and Naval Warfare Systems Center San Diego (SSC San Diego) ??? Command and Control Fleet Engineering Division, Code 264 is seeking sources that can provide services for the systems engineering, integration, testing, technical services, and management services for projects within the Integrated Web Solutions Branch, Code 2641 and Command Control Fleet Engineering Division, Code 264. Typical systems include FORCEnet Implementation Tool Suite (FITS), FORCEnet Compliance Service, SPAWAR/PEO Integrated Data Environment & Repository (SPIDER), Defense Acquisition Workforce Improvement Act (DAWIA), NAVDWEB, Alcohol and Drug Management Information Tracking System (ADMITS), Navy Drug Screening Program (NDSP), Navy Web Drug Testing Program (Navy DTP), wInsight, SIMS, Cost Analysis and Business ERP Solutions. SPIDER is a tool that aligns and integrates SPAWAR and NAVSEA business processes, applications and data. DAWIA system provides training tool to access and track DAWIA certification required for certain DoD acquisition positions. wInsight provides an EVM financial tool application being implemented by SPAWAR PMW150. SIMS is an SSC-SD inventory management tool implemented to maintain command material property database. The scope of the contemplated effort will include systems engineering, integration, testing, technical services, and management services. 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 (ID/IQ). 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 500,000 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 541512 ??? Computer Systems Design Services, Small Business Size Standard $23M. The purpose of this pre-solicitation 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 ten (10) pages inclusive of the cover page) that summarizes relevant experience, knowledge, and capabilities consistent with the scope of systems engineering, integration, testing, technical services, and management services for projects within the Integrated Web Solutions Branch, Code 2641 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 in the identified technical areas listed in the Draft SOW. Specifically, the respondents shall address their experience and knowledge in the following six (6) areas as it relates to the scope of the Draft SOW: (1) Software/Hardware integration and production; (2) System training; (3) System/Software engineering and maintenance; (4) Software, system or server installations; (5) Test, evaluation, and certification; (6) Software development process and documentation. 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 January 23, 2007 by 3:00 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. Please direct any questions to Tom Vinson, phone (619) 553-4349, email tom.vinson@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=1108037F87C250C58825724A0073E21B&editflag=0)
 
Record
SN01200651-W 20061222/061220221237 (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.