Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2008 FBO #2265
SOURCES SOUGHT

58 -- RFI/MARKET SURVEY FOR COMMERCIAL OFF THE SHELF INTELLIGENCE, SURVEILLANCE RECONNAISSANCE SUPPORT EQUIPMENT

Notice Date
2/6/2008
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_5813A
 
Response Due
2/28/2008
 
Point of Contact
Point of Contact - Paula Somers, Contract Specialist, 843-218-5976
 
E-Mail Address
Email your questions to Contract Specialist
(paula.somers@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
CLOSING DATE FOR SUBMISSIONS: 28 FEB 2008. RFI/MARKET SURVEY FOR COMMERCIAL OFF THE SHELF INTELLIGENCE, SURVEILLANCE RECONNAISSANCE SUPPORT EQUIPMENT SPAWARSYSCEN Charleston is soliciting information on the availability of Commercial-Off-The-Shelf (COTS) Intelligence Surveillance Reconnaissance (ISR) support equipment and the availability of resellers of this equipment that could provide such equipment under a Multiple Award Supply Contract. These are new requirements that will encompass a wide range of ISR equipment. The primary end users of the equipment are U.S. Military, DHS and Other Government personnel. Attachment (1) lists the types of equipment envisioned as falling within Scope of the proposed contract. The list is not intended to represent the only equipment SPAWAR will acquire through this procurement. FSC Code 59 may also apply. It is anticipated that one or two solicitations will be issued for multiple award, indefinite-delivery, indefinite- quantity, firm-fixed-price type contracts with a base period of one year with four one-year option periods. Actual funded requirements would be competed on a best value or low price technically acceptable basis among contract holders via delivery orders using technical specifications or brand name or equal descriptions. Firms are invited to submit sample lists of COTS ISR equipment available. The lists should include manufacturer, model, title description, projected unit price and references regarding existing authorized reseller/distributor agreements with the stated manufacturers. Based upon responses received, a portion of this procurement may be set-aside for small business. Maximum page limitation is twenty (20) pages on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, via e-mail to paula.somers@navy.mil. Interested party must use the link at the end of this market survey to access Attachment 1. Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran-Owned Business, and/or Service-Disabled-Veteran- Owned; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; and (6) DUNS Number (if available). NOTE REGARDING CONFLICTS OF INTERESTS: In accordance with FAR 9.505, firms performing Systems Engineering and Technical Direction under other contracts will be prohibited from supplying components for those systems which they have provided associated Systems Engineering and Technical Direction. NOTE REGARDING SYNOPSIS: 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 for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, nor any follow-up information requests. Respondents will not be notified of the results of the evaluation. Based on the analysis of the responses hereto, the Government reserves the right to consider a Small Business set-aside or 8(a) set-aside. The applicable NAICS code is 334220 with a size standard of 750 employees. The Closing Date for responses is 28 Feb 2008.
 
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=FEDCDE05A4C43486882573E7006E1A64&editflag=0)
 
Place of Performance
Address: One Innovation Drive , North Charleston SC
Zip Code: 29419
Country: USA
 
Record
SN01502097-W 20080208/080206232704 (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.