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 -- Fleet C4ISR ISEA Engineering Services

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_5814E
 
Response Due
2/15/2008
 
Point of Contact
Point of Contact - Jesse R Seaton, Contract Specialist, 843-218-4146
 
E-Mail Address
Email your questions to Contract Specialist
(jesse.seaton@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SPAWARSYSCEN Charleston is soliciting information from potential sources to provide Fleet C4ISR ISEA engineering and technical services to include Surface and Submarine units. C4ISR services are required to maintain, test, evaluate, repair, and logistically support Fleet legacy communications systems and equipment. C4ISR services involve engineering, integrating, training, provisioning, and managing the following systems: the Common Submarine Radio Room (CSRR), Joint Mil-SATCOM Networks Integrated Control Systems (JMINI), Digital Modular Radio (DMR), Demand Assigned Multiple Access (DAMA), Joint Tactical Terminal (JTT), Global Broadcasting System (GBS), High Frequency Radio Group (HFRG), Teleport, Ballistic Missile Defense (BMD), Tactical Data Links (TDL), High Speed Fleet Broadcast (HSFB), and other systems as required. Specific Submarine C4ISR services include preparing and modifying integrated logistic support plans, configuration management, project management, procedure development, restoration, repair, overhaul, testing, and training. Surface C4ISR services include consolidated ISEA, configuration management and product engineering support, help desk, maintenance engineering support, performance and maintenance data analysis, repair facilities validation, life cycle test support, and training reviews. In addition, it is desired that prospective offeror???s have facilities in Groton, CT; Norfolk, VA; Kings Bay, GA; Bangor, WA; Pearl Harbor, HI; and Charleston, SC. On-site representatives must be provided in these locations. Offerors must be capable of participating in planning and working sessions at SSC-C facilities in Charleston SC, and other areas as identified. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for a task order based indefinite-delivery, indefinite-quantity cost-plus fixed-fee/incentive-fee type contract. The estimated contract value for this procurement is $182 million. 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 limit of five (5) pages on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, Code 2.2.5JS, via e-mail to jesse.seaton@navy.mil. 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, and/or Veteran-Owned Business; (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) and a list of customers for relevant work performed during the past five years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with phone number. 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. The applicable NAICS code is 541330 with a size standard of $25 million. The Closing Date for responses is 15 February 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=26D96B67C814A445882573E700764D03&editflag=0)
 
Record
SN01502098-W 20080208/080206232705 (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.