SOURCES SOUGHT
J -- Technical Engineering Life Cycle Support Services
- Notice Date
- 2/15/2008
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston_MKTSVY_5831E
- Response Due
- 2/27/2008
- Point of Contact
- Point of Contact - Donna Johnson, Contract Specialist, 843-218-5931
- E-Mail Address
-
Email your questions to Contract Specialist
(donna.johnson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Technical Engineering Life Cycle Support Services (Follow-on to Contract N65236-04-D-6842 with L- 3/Titan) The Space and Naval Warfare Systems Center (SPAWARSYSCEN) Charleston is soliciting information from potential sources for Progam Management Support (10% of the estimated level of effort), Systems Engineering Support (25% of estimated level of effort); Integrated Logistics Support (25% of estimated level of effort), Configuration and Data Management Support (20% of estimated level of effort), Direct Customer Support (10% of estimated level of effort), and Security Engineering Support (10% of estimated level of effort) for Department of the Navy (DoN), Department of Defense (DoD), and other Government Command and Control (C2) systems. The SPAWARSYSCEN Charleston Enterprise Command and Control Division (Code 5.3.3) desires to engage in a contractual relationship with a commercial organization that possesses demonstrated experience in successfully implementing and managing best industry practices in the areas mentioned above. The challenges of this contract include integrating best commercial business practices into the U.S. Government???s work processes and providing a wide range of support for various C2 systems in several locations, which include Norfolk, VA (10%), Charleston, SC (40%), San Diego, CA (20%), and Washington, DC (30%). The desired contractual relationship will engage a commercial entity that has successfully integrated these processes into Government or large industry. The commercial entity must also possess well-formulated, proven concepts on how to implement these processes into Government while reducing the costs of the processes. The Government intends to contract with a company which has the required experience in order to avoid using a company which has to learn on the job through trial and error. The successful contractor must be experienced and innovative. The Division???s goal is to partner with industry to set a standard for how Government should be doing business. The contractor shall provide world-class technical, engineering, and logistics operations support services for Code 5.3.3 with the goal of increasing the efficiency and effectiveness of the Division while finding innovative ways to reduce the costs of the operations. The intent of this effort is for the contractor to identify, develop, and perform industry best practice support efforts within the Division. Under this contract, the varying engineering and support practices of different DoN entities and multiple levels of information from disparate geographical locations shall be consolidated into standard engineering and support practices to form a coherent solution within and across the Division. The current Code 5.3.3 business base to be supported under this contract consists, of, but is not limited to, Department of Defense (DoD), Department of Navy (DoN), Military Health Affairs (MHA), Foreign Military Sales (FMS), Department of Justice (DoJ), Federal Bureau of Investigations (FBI), Homeland Security (HLS), and other inter-agency programs. The required support services encompass the areas shown in the DRAFT Performance Work Statement (PWS) included as Attachment (1). THIS NOTICE IS FOR PLANNING PURPOSES ONLY. It is anticipated that a Solicitation (estimated amount $249 million for a base year plus one option year and up to three award term years) will be issued for an Indefinite Quantity/Indefinite Delivery, Cost Plus Fixed Fee (CPFF) Performance-Based type contract. Specific assignment is to be identified through individual Task/Delivery orders. Firms are invited to submit the appropriate documentation, literature, brochures, and references necessary to support that they possess the required specialized experience in the categories/subcategories mentioned above and in the attached draft PWS. The data submitted shall be limited to no more that twelve (12) pages and shall be prepared in a font size of at least 10 pitch. Responses shall be submitted IN WRITING via e-mail to SPAWARSYSCEN Charleston, Code 2.2.3DJ, Donna Johnson, at donna.johnson@navy.mil. Responses shall include the following information: (1) name and address of the Firm; (2) size of business: including number of employees and average annual revenue for the past three years; (3) ownership: indicating whether: Large or Small, Small Disadvantaged, 8(a), HUB Zone, Woman Owned, Minority Owned, Veteran Owned, Service-Disabled Veteran Owned Business, (4) number of years in business; (5) number of years of specialized experience in areas required by PWS (6) two points of contact, including: name, title, phone, and e-mail address; (7) DUNS number (if applicable); (8) affiliate information, including: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractor(s) (potential prime); (9) a list of customers covering the past 5 years; hilight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number. The summary must include an identification of how the experience ties to the categories/sub-categories noted above; (10) a statement concerning the company???s registration status in the Contractor Central registration (CCR). NOTICE REGARDING SYNOPSIS: THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IN NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH THE PROVISION OF THE INFORMATION REQUESTED IN RESPONSE TO THIS ANNOUNCEMENT, NOR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF ANY EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET-ASIDE BASED ON THE RESPONSES HERETO. The NAICS applicable to this announcement is 541330 with an associated size standard of $25 Million. The Closing date for responses to this announcement is 15:00 EDT 27 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=9484CCC6AA3C6067882573F00064287E&editflag=0)
- Record
- SN01510554-W 20080217/080215231303 (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 |