Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2008 FBO #2400
DOCUMENT

N -- Communication (COMMs) Modernization - Draft Personnel Qualifications - Level of Effort - Draft Statement of Work (SOW)

Notice Date
6/20/2008
 
Notice Type
Draft Statement of Work (SOW)
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-08-R-TBD1
 
Point of Contact
Margaret A Coberly,, Phone: (301) 995-8982
 
E-Mail Address
margaret.coberly@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis – The Department of the Navy, Naval Air Warfare Center Aircraft Division, Special Communications Requirements (SCR) Division (Code 4.5.11.3) is seeking sources to provide technical and engineeering support services and supplies to the SCR Division to perform integration, test and evaluation, installation, maintenance and training relating to Technical Control Facilities (TCFs) located within Central Command (CENTCOM) Area of Responsibility (AOR), the US European Command (EUCOM) AOR, US African Command (AFRICOM) AOR and the Marine Corps Forces Central Command (MARCENT) located in Tampa, FL. The work will be performed within CONUS and OCONUS, such as Iraq, Afghanistan, Africa and Germany. These services shall include site surveys, test and evaluation, installation, maintenance, and assist with acceptance and training of Communication (COMMs) Modernization efforts. The contractor employees supporting this requirement must have a secret level clearance, a Common Access Card (CAC) and up to date inoculations to enter the areas specified above. The contractor must provide subject matter experts (SMEs) with experience testing and troubleshooting an assortment of commercial communications equipment such as, NET Promina 800 multiplexer, REDCOM IGX and HDX telephone switch, cryptographic equipment consisting of the Sypris Electronics KIV-19A, Mykotronix KIV-7M and KIV-7HSB, and General Dynamics KG-175 (TACLANE E-100), DNE MCU-2 and CV-FOM converter/modem and Canoga Perkins 2346 and 2270 fiber modem, Symmetricom Xli Selective Availability Anti-Spoofing Module (SAASM) Global Positioning System (GPS) receiver, Cisco 3845 and 3825 router, Cisco 4503, 3750 and 2960 switch, Secure Computing FS600 Firewall and IronMail Anti-SPAM appliance, McAfee 1400 IntraShield intrusion detection appliance, ComTech TurboIP accelerator, Dell 2950 Enterprise Edition Servers, NetApp FAS270 network storage system, Tandberg MPS 800 and 1700 MXP Video Teleconferencing (VTC) equipment and ADC Telecom Campus-RS Star Concentrator. The power generation components consist of commercial Caterpillar and Cummins generators, Avtron load banks, Cutler-Hammer manual transfer switches (MTS) and a shelterized UPS facility from Tactical Power Systems Corporation. The contractor shall be able to provide a full range of these services. A solicitation will be issued reflecting an Indefinte Delivery Indefinite Quantity (IDIQ) contract with a base year plus two option years estimated at 122,580 man-hours for the entire contract. The government anticipates placing both Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) type orders under the resultant contract dependent upon the nature of the individual task. The NAICS code is 541330. This office anticipates awarding a contract for the required services around January 2009. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability and adequacy of potential sources prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). In order to facilitate industry’s understanding of this requirement, the following documents are attached: (1) draft statement of work; (2) the estimated level of effort with allocation of hours by labor category; and (3) the minimum labor category qualifications. Interested parties are requested to submit a response of no more than 20 pages demonstrating their capability to perform the services listed above. This documentation shall address, as a minimum, the following: (1) What type of work has your company performed in the past in support of same/similar requirement(s)? Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein; (2) Can or has your company managed a task of this nature before? In your response provide details of plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy for recruiting and retaining qualified personnel.; (3) What specific technical skills does your company possess which will ensure capability to perform tasks as outlined in the draft statement of work?; (4) Provide an explanation of your company’s ability/plan to perform at least 50% of the overall effort.; (5) include a company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. The packages shall be submitted electronically to the Contract Specialist in Microsoft Word Format or Portable Document Format (PDF) at the following address: margaret.coberly@navy.mil. Request for copies of the solicitation will not be honored at this time. A formal synopsis will be issued at a later date. The Government is not committed nor obligated to pay for the information provided and no basis for claims against the Government shall arise as a result of a response to this Sources Sought or Government use of such information. The deadline for response to this request is 2 July 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e03c9664d79c3611f37b77c4f02b6f4c&tab=core&_cview=1)
 
Document(s)
Draft Statement of Work (SOW)
 
File Name: Draft Personnel Qualifications describing the labor categories and education required. (Draft Personnel Quals.doc)
Link: https://www.fbo.gov//utils/view?id=d42f8218db61b11477d6faa204d8f25d
Bytes: 40.50 Kb
 
File Name: Draft Level of Effort which specifies the hours associated with each labor category. (LEVEL OF EFFORT ESTIMATE.doc)
Link: https://www.fbo.gov//utils/view?id=13a6548f9a8af6daad7621bb054815da
Bytes: 37.50 Kb
 
File Name: Draft SOW describing the type of work to be performed under the contract. (Draft Statement of Work.doc)
Link: https://www.fbo.gov//utils/view?id=df522e6348b9c263588ada696c62aa9f
Bytes: 66.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Division, Villa Road, Webster's Field Annex, St. Inigoes, Maryland, 20684-0010, United States
Zip Code: 20684-0010
 
Record
SN01598130-W 20080622/080620222744-e03c9664d79c3611f37b77c4f02b6f4c (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.