Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
SOURCES SOUGHT

R -- OURCES SOUGHT FOR NAVIGATION SENSOR SYSTEM INTERFACE (NAVSSI) DEVELOPMENT & LIFE CYCLE SUPPORT

Notice Date
12/6/2007
 
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_5598E
 
Response Due
12/20/2007
 
Point of Contact
Point of Contact - Laura K Patterson, Contract Specialist, 619-553-2087
 
E-Mail Address
Email your questions to Contract Specialist
(laura.patterson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
POC: Contract Specialist, Laura Patterson, Code 222, Phone 619-553- 2087 The Space and Naval Warfare Systems Center San Diego (SSC San Diego) ??? Marine Navigation Division, Code 71200 ??? is seeking qualified sources that can provide engineering and technical services in support of navigation efforts and technologies in our core mission area of marine navigation. The object of this support is to meet emerging needs within the US Navy fleet for precise navigation and time. This effort includes understanding the operational and technical needs for shipboard user systems, identifying technical solutions in the best interest of the Navy, performing research and development on related technologies, integrating technologies into functional systems, testing and evaluating systems, troubleshooting technical issues, thoroughly documenting system designs, program planning and execution, assisting in system certification, and providing support to fleet installation and operational verification testing as needed. The primary focus of this effort is the support the evolutionary development of the Navigation Sensor System Interface (NAVSSI) and the associated life cycle support. SSC-SD is the Software Support Activity (SSA) for maintenance of fleet issued software and supporting documentation for NAVSSI for all blocks. NAVSSI receives inputs from navigation and time sensors primarily made up of inertial navigation systems (INS) and global position systems (GPS), as well as other input sources. Using the best available navigation and time data, NAVSSI provides a real time common solution for navigation and time to shipboard user systems. NAVSSI is installed on over 125 ships in a variety of platforms and in a variety of configurations. All versions of NAVSSI provide the best possible time and navigation data to users specific to that platform. This wide variety of system implementations causes SSC-SD to seek sources with experience in any or all of the following technical areas: navigation and time issues, GPS technologies, fleet operations, platform specific requirements, certification processes, software development, system troubleshooting, and testing and evaluation techniques. This procurement is anticipated to be an indefinite quantity indefinite delivery (ID/IQ). SSC-SD anticipates issuing a solicitation for a three year base with two 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 100,000 man-hours (inclusive of options). The North American Industry Classification System (NAICS) Code is 541330, Small Business Size Standard $25 Million. It should be noted that any potential source will be required to have/or obtain personnel and facilities cleared up to the SECRET Level. Performance will be at various federal sites worldwide, shore and shipboard, with many projects occurring simultaneously at multiple sites. The purpose of this Sources Sought Notice is to locate and identify qualified sources to determine if sources exist for a set aside. Interested firms are invited to respond to this sources sought announcement by providing an information statement (not to exceed five (5) pages not inclusive of the cover page) that summarizes relevant experience, knowledge, and capabilities consistent with the effort described. Respondents shall provide information related to contracts where the respondent was materially involved at a comparable level of effort. In addition, interested firms are invited to respond to this sources sought announcement by providing the following: (1) Name and address of applicant (Corporate/Principal Office); (2) name, telephone and fax number of point of contact; (3) date firm started; (4) NAICS Code; (5) type of business (i.e.: small business, small disadvantaged 8(a) certified, Woman- owned small business, small disadvantaged business (not 8(a) certified), etc; (6) contractor???s capabilities statement. The capabilities statement should summarize experience and knowledge relative to the following general areas as it relates to the NAVSSI Development & Life Cycle Support as stated in the description of the effort in above paragraphs. Specifically, the respondents shall address their experience and knowledge in the following six (6) areas as it relates to NAVSSI Development & Life Cycle Support: (1) Software and Hardware development, integration and production; (2) Experience with emerging technologies and rapid integration into operational environments; (3) System and Software engineering and maintenance; (4) Data fusion, innovative data and sensor processing, and process development and improvement; (5) Test, evaluation, and certification, including accreditation for security, networks, and other required certifications; (6) Software development process and documentation. The respondent should describe experience in working with specific relevant R&D / operational systems, providing sufficiently detailed descriptions to allow an accurate assessment of relevancy and nature and quality of work performed. Capabilities will be evaluated on previous and/or current experience. 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. Interested sources are requested to submit Information Statements electronically by 4:00 p.m. PST on 28 December 2007 to the POC e-mail address. For information regarding this request for information contact the POC, Laura Patterson, 619-553-2087, or via email at: laura.patterson@navy.mil. Proprietary data will be protected when so designated. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. This is NOT a request for proposal (RFP), invitation for bid (IFB), or an announcement of a solicitation and no solicitation package exists at this time. The request for information announcement is requested for informational purposes only. No cost data should be submitted. The Government will not pay for any materials provided in response to this sources sought notice or any follow-up information requests, and submittals will not be returned to the sender. Respondents will not be notified of the results of the evaluation. However, SSC-SD will utilize the information for technical and acquisition planning. For future information about this announcement, refer to the Space and Naval Warfare Systems Center, San Diego (SPAWAR) Business Opportunities Home Page, http://e-commerce.spawar.navy.mil. The requirements for your e- submission are: (1) Adobe Acrobat version 4.01 or greater shall be used to create the "PDF" file, 8.5x11 paper, Times New Roman, Font size 11.
 
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=F2CFCB85E5C40B16882573A9005FA41F&editflag=0)
 
Record
SN01465346-W 20071208/071206230547 (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.