Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
MODIFICATION

58 -- Emergency Communications System (ECS) Components

Notice Date
7/19/2007
 
Notice Type
Modification
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-07-R-0090
 
Response Due
8/14/2007
 
Archive Date
9/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The following SPAWAR e-Commerce Central database document, meeting your specifications, has been recently revised as follows. 19 July 2007 - The NAICS Code for this procurement has been changed to 334210 with a size standard of 1,000 employees. The time for submission of responses remains unchanged. Responses are due by 2:30 PM EST on 20 July 2007. 16 July 2007 - Questions received from industry and answers are provided as an attachment to this notice. At this time, the only questions that are answered are ones that may inhibit vendors from responding to the revised sources sought. Additionally, the "Mandatory System Capabilities Matrix" has been revised and is included as an attachment to this notice. The time for submission of responses remains unchanged. Responses are due by 2:30 PM EST on 20 July 2007. 12 July 2007 - The "type of action" for this procurement has not been decided yet. That determination will be made after review of the responses to the revised market survey. A Pre-Solicitation notice will be posted after the decision is made. It is anticipated the RFP will be posted on or about 31 July 2007 and the responses will be due 15 days after that. Revised sources sought issued due to Program Office requirements changes in acquisition System Requirements Document (SRD). SPAWARSYSCEN Charleston is soliciting information from potential sources to provide Commercial or nondevelopmental components for the Emergency Communications System (ECS) utilized at Naval and Marine Corps Air Traffic Control (ATC) facilities. The components are comprised of a Voice Switch that interfaces with an Uninterruptible Power Supply (UPS) system. Due to the communication system's critical application, the government requires that all proposed ATC voice switches currently be certified by the FAA for use in the National Airspace System. Any performance variances due to the differences in Navy/Marine Corps versus FAA requirements shall be successfully demonstrated prior to consideration for contract award (see Mandatory System Capabilities Matrix). Potential sources must have demonstrated expertise and proven competence in the relevant field. The anticipated contract shall be an indefinite-delivery, indefinite-quantity, Firm- fixed-price, Performance-based type with an estimated award time of August- September 2007. The estimate contract value is $15 million during a performance period of one base year and four (4) one-year option periods. 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 five (5) page limit on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, Deborah D. McNeely, Code 026DM, via e-mail to deborah.mcneely@navy.mil. Responses must include the following: (1) name and address of firm; (2) size of business, including; average annual revenue for the past three years and number of employees; (3) ownership (including Country of Ownership), indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran-Owned Business, and/or Service-Disabled-Veteran-Owned, and Central Contractor Registration (CCR) information; (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 (excluding any subcontractors) can perform with respect to manufacturing the proposed system (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 at least two contracts for relevant work (ATC communication voice switch) performed in the past three (3) years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with a valid, working phone number; (10) contractor shall complete and submit the Mandatory System Capabilities Matrix by addressing each requirement and specifying if their proposed system can currently meet the government's requirement or can meet the requirement by the estimated contract award date, August 2007. 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. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of this evaluation. 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.). Offerors are responsible for monitoring posting site for the release of the solicitation and amendments (if any). The applicable NAICS code is 334511 with a standard of 750 employees. The Closing Date for responses is 20 July 2007. Please reference No. 07R0090 when responding to this request for information.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=9AF31B9D08A4072A882572DF006CFDF3&editflag=0)
 
Record
SN01347309-W 20070721/070720002433 (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.