Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2007 FBO #2180
SOURCES SOUGHT

R -- TECHNICAL AND ENGINEERING SERVICES FOR UNMANNED, SECURITY, AIRSPACE CONTROL, MARITIME, ANTI-TERRORIST FORCE PROTECTION SURVEILLANCE SYSTEMS

Notice Date
11/13/2007
 
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_556DE
 
Response Due
11/27/2007
 
Point of Contact
Point of Contact - Oralee Martin, Contract Specialist, 619-553-5347
 
E-Mail Address
Email your questions to Contract Specialist
(oralee.martin@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE The Space and Naval Warfare Systems Center San Diego (SSC San Diego) ??? Advanced Systems and Applied Sciences Division, Code 717 is seeking sources that can provide services for systems engineering and software development, integration, testing, technical services, logistics support, and management services for projects related to Unmanned Systems, Security Systems, Airspace Control, Maritime Surveillance Systems, Anti-Terrorist Force Protection (ATFP) Surveillance Systems, and Command, Control, Communications, Computers and Intelligence (C4I) Surveillance Systems. Typical systems include Mobile Detection Assessment and Response System (MDARS), Electronic Harbor Security System (EHSS), Mobile In-shore Undersea Warfare (MIUW), Advanced Development System (ADS), and Marine Air Traffic Control and Landing System (MATCALS). The scope of the contemplated effort will include systems engineering and software development, integration, testing, technical services, logistics support, 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 five-year base with the potential for three one-year award term options. A minimum guarantee applies to the base period. There is no minimum guarantee on the award term option years. The estimated level of effort for the base requirement is approximately 553,000 labor-hours, which may be expended prior to the end of the potential five year period (167,000 labor hours extra if all three award term options are exercised). The North American Industry Classification System (NAICS) Code is 541330, Small Business Size Standard $25 Million. 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 requirement for systems engineering and software development, integration, testing, technical services, logistics support, and management services for projects within the Advanced Systems and Applied Sciences Division, Code 717 in support of the technical areas noted in the ???DRAFT??? Statement of Work (SOW) 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) summary of experience and knowledge as it relates to the technical requirements listed in the Draft SOW. Specifically, the respondents shall address their experience and knowledge in the following six (6) areas relating to the Draft SOW: (1) Specification and Design; (2) Fabrication, Integration, Production, and Installation; (3) Test, Evaluation, and Demonstration; (4) Studies and Analysis; (5) ISEA Logistic Support, Equipment Maintenance, Repair and Overhaul, and Training; (6) Documentation and Program/Project Management. 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 November 27, 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 question to Oralee Martin, phone (619) 553-5347, e-mail oralee.martin@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=9D64FD681570FECA882573930001E6B9&editflag=0)
 
Place of Performance
Address: SPAWARSYSCEN SAN DIEGO CODE 2220, SAN DIEGO CA
Zip Code: 92152
Country: USA
 
Record
SN01451314-W 20071115/071113223940 (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.