Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
SOURCES SOUGHT

70 -- Visual Communication (VISCOM) System

Notice Date
6/27/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_5F6BE
 
Response Due
7/11/2008
 
Archive Date
7/26/2008
 
Point of Contact
Point of Contact - Carol A Lloyd, Contract Specialist, 843-218-3503
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare SystemsCenter (SPAWARSYSCEN), CharlestonAviation Command and Control (C2)Engineering Division, Code 5.3.7, issoliciting information from potentialvendors on industry capabilitiesproviding a replacement for the AN/FSA-97 Visual Communications (VISCOM)system as described in Attachment 1. Potential sources must havedemonstrated relevant experience andproven abilities in producing VisualCommunications systems. This notice is for planning purposesonly. It is anticipated that asolicitation will be issued for anindefinite-delivery, indefinite quantity,Firm Fixed price contract with a baseordering period of one year and fourone-year option periods. TheGovernment estimate is $4.5M. Firmsare invited to submit appropriatedocumentation as described below inaddition to any literature, brochures,and references necessary to supportthat they possess the requiredcapabilities necessary to meet orexceed the stated requirements. Requested Information: 1. Request the name of thefirm be stated in the subject line of theemail message2. Name and address of firm;3. Size of business, including:average annual revenue for past threeyears and number of employees;4. Ownership, indicatingwhether: Large, Small, SmallDisadvantaged, 8(a), Women-Owned,HUB Zone, Service Disabled Veteran-Owned, and/or Veteran-OwnedBusiness;5. Number of years inbusiness;6. Two points of contact,including: name, title, phone, fax, ande-mail address;7. Data Universal NumberingSystem (DUNS) Number (if available);8. Affiliate information,including parent corporation, jointventure partners, potential teamingpartners, prime contractor (if potentialsub) or subcontractors (if potentialprime);9. A list of customers (notmore than five) for relevant workperformed during the past five years,including a summary of workperformed, contract number, contracttype, dollar value for each contractreferenced, and customer point ofcontact with phone number (thisinformation is required to verifyperformance)10. The following offeredproduct(s) information:a. Include operating system,application system,display/performance capacities, RMA,and a list of available productdocumentation. The description andbasic illustration that describes whichinterfaces have been developed anddeployed, and provide reference sitesfor each developed interface. Base orlist pricing information should also beprovided.b. Application software.Include a description of softwarestandards used in developing theproduct(s)/interface(s). Addressadherence to SEI-CMM/CMMI and/orISO-9000 processes.c. Support and maintenancecapability. Describe support available,including both maintenance andtraining. Address ability forgovernment access to product sourcecode should the vendor decide to dropthe product sometime in the future orshould the government decide toutilize third party maintenancesupport. Responses Interested parties are requested torespond to this synopsis with a whitepaper to SPAWARSYSCEN Charleston,Carol Lloyd, Code 2.2.3CL, P.O. Box190022, North Charleston, SC 29419-9022, or via email tocarol.lloyd@navy.mil. White papers in Microsoft Word forOffice 2000 compatible format are dueno later than 11 July 2008. Proprietaryinformation, if any, should beminimized and MUST BE CLEARLYMARKED. To aid the Government,please segregate proprietaryinformation. Please be advised that allsubmissions become Governmentproperty and will not be returned. Section 1 of the white paper shallprovide administrative information, andshall include the following as aminimum: 1. Name, mailing address, overnightdelivery address (if different frommailing address), phone number, faxnumber, and e-mail of designatedpoint of contact. 2. Business type (large business,small business, small disadvantagedbusiness, 8(a)-certified smalldisadvantaged business, HUB Zonesmall business, women-owned smallbusiness, very small business, veteran-owned small business, service-disabledveteran-owned small business) basedupon North American IndustryClassification System (NAICS) code541512, Computer Systems DesignServices, with a size standard of $23million in annual receipts. 3. The facility security clearance of theofferor. Section 2 of the white paper shallanswer the issues addressed inRequested Information above of thisRFI and shall have no limitation ofpages. Questions Questions regarding thisannouncement shall be submitted inwriting via e-mail to the ContractingOfficer email address. Verbalquestions will NOT be accepted.Questions will be answered by postinganswers to the SPAWAR E-CommerceCentral website; accordingly, questionsshall NOT contain proprietary orclassified information. To access theSPAWAR E-Commerce Central website,go to https://e-commerce.spawar.navy.mil. Interestedparties are invited to subscribe to theSPAWAR website to ensure they receiveany important information updatesconnected with this RFI. To subscribe,click on https://e-commerce.spawar.navy.mil/. Summary This synopsis is for information andplanning purposes and is not to beconstrued as a commitment by thegovernment. This is not a solicitationannouncement for proposals and notcontract will be awarded from thisannouncement. No reimbursement willbe made for any costs associated withproviding information in response tothis announcement and any follow-upinformation requests. Respondentsdeemed fully qualified will beconsidered in any resulting solicitationfor the requirement. The governmentreserves the right to consider a smallbusiness set-aside for any of thepreference programs based onresponses hereto. Not responding tothis RFI does not preclude participationin any future RFP, if any is issued. If asolicitation is released, it will besynopsized on the Federal BusinessOpportunities (FedBizOpps) websiteand the SPAWAR E-Commerce Centralwebsite at https://e-commerce.spawar.navy.mil. It is theresponsibility of the potential offerorsto monitor these sites for additionalinformation pertaining to thisrequirement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8a5cab6c89d7042553f2a985ef58b388&tab=core&_cview=1)
 
Record
SN01603427-W 20080629/080627221638-8a5cab6c89d7042553f2a985ef58b388 (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.