Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2009 FBO #2623
SOURCES SOUGHT

J -- Global War on Terrorism Support Services

Notice Date
1/29/2009
 
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-Atlantic_MKTSVY_6D602
 
Response Due
2/12/2009
 
Archive Date
2/27/2009
 
Point of Contact
Point of Contact - Ronald J Kennedy, Contract Specialist, 843-218-5820<br />
 
Small Business Set-Aside
N/A
 
Description
This is a market survey/sources soughtsynopsis for Global War on Terrorism (GWOT) Support Services. Reference RFP N65236-09-R-0023 A copy of the draft PWS, and a Microsoft Word document of this synopsis, are posted at the SPAWARSYSCEN Atlantic E-Commerce Business Opportunity webpage: https://e- commerce.spawar.navy.mil/command/0 2/acq/navhome.nsf/homepage? readform The Space and Naval Warfare Systems Center, Atlantic (SSC-LANT) is soliciting information from potential sources to provide engineering, analytical, technical and programmatic support to ongoing efforts in the Global War on Terrorism (GWOT). The following are examples of typical programs and technologies the offerors must be knowledgeable of to support (ref PWS Para 1.2.2): C4ISR; Information Assurance and Cyber Security; Multimedia, Database and Web Development; Rescue Technologies; Prevention and Mitigation of Chemical, Biological, Nuclear, Radiological and Explosives (CBRNE) and Weapons of Mass Destruction (WMD) Attack; Counter Terrorism Activities; Counter Proliferation Activities; Homeland Security Exercise and Evaluation Program (HSEEP); First Preventer/First Responder Activities; Special Operations Forces (SOF) Activities; Unmanned Aerial Vehicles (UAV); Seal Delivery Vehicles (SDV); Special Operations Craft Riverine (SOCR); High Speed Assault Craft (HSAC); and Maritime Craft Air Delivery System (MCADS). As directed in multiple task orders, this contract will support requirements generated by a host of U.S. Government agencies involved with GWOT. Work to be performed under this contract may require staff and direct workforce with active security clearances up to Top Secret clearances; as well as, a Top Secret with SCI access. The following table is a list of potential tasking as specified in the draft Performance Work Statement (PWS). The percentages listed next to the individual tasking are the estimated amount of effort that will be required on any potential contract for this effort. You are requested to provide the percentage of work your company can perform against each listed tasking, along with documentation to support this claim. Do not include any documentation or percentages for any company other than your own. This is an analysis of your companys ability of what it can or cannot perform. The contractor will be tasked to accomplish the work as specified in the PWS. Divided into the following tasks, the services shall be performed either singly or in combination as specified in accordance with individual task orders. The following table reflects the governments best estimate as to the future work requirements: PWS PARA. TASKING DESCRIPTION ESTIMATED PERCENTAGE 3.1 Engineering Support 20% 3.2 Exercise, Operational and Training Support 30% 3.3 Maintenance and Technical Support 30% 3.4 Acquisition Support 10% 3.5 Program Management Support 10% 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 six (6) pages on data submitted. Responses shall be submitted via e-mail to SSC-LANT, Ronald Kennedy, Code 2258RK, at ronald.kennedy@navy.mil. Capability Responses must include all of the following information: (1) name, address, and website address, if applicable, of firm; (2) size of business, including; total annual revenue, by year, for the past three years and number of employees; (3) ownership, including whether: Large, Small, Small Disadvantaged, 8 (a), Women-Owned, HUBZone, Veteran Owned and/or Service Disabled Veteran- Owned Business; (4) number or years in business; (5) two company representative points of contact, including: name, title, phone, fax, and e-mail address; (6) Cage code, DUNS Number (if available), NAICS code; (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) the percentage of work your company can perform with respect to the stated tasking requirements see table above. Note: Do not include any documentation or percentages for any company other than your own. This is an analysis of your companys abilities of what it can or cannot perform exclude any subcontractor information; (9) a summary of the experience your company has providing services for the programs and technologies listed in PWS Para 1.2.2. Contractors should summarize extent of experience. Note: Do not include any documentation or percentages for any company other than your own. This is an analysis of your companys abilities of what it can or cannot perform exclude any subcontractor information; (10) a list of customers for relevant work (highlighting GWOT support) performed in the past five (5) years, including the following: (i) a summary of work performed, (ii) contract numbers, (iii) contract type, (iv) dollar value for each contract referenced, how this work demonstrates capability to perform percentages stated in number eight, and (v) a customer point of contact with valid, working phone number (this information is required to verify offerors performance; the government may contact any reference for further validation.); (11) statement that the contractor has or does not have an approved accounting system as defined in the Federal Acquisition Regulation (FAR); (12) state if you have an office located close to SSC-LANT Charleston facility and state its current facility security clearance level. Note: Teaming partnerships and joint ventures envisioned under FAR 52.219- 27(c) and (d) for Serviced Disable Veteran Owned Small Businesses, and FAR 52.219-3 (c) and (d) for HUBZone Businesses established to meet the provisions of FAR 52.219- 14 Limitations on Subcontracting should provide the information requested in items 1 through 12 above, on each of the teaming partners. 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. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. The Government reserves the right to consider a set- aside for small businesses or one of the small business preference groups. (i.e., 8(a), SDB, SDVO, etc.). The applicable NAICS code is 541330 with a size standard of $27 million. The Government estimate for this effort is $249 million. Contractors must submit their response by e-mail no later than 1400 hours, 12 Feb 2009. We anticipate the resulting contract being a cost-plus-fixed-fee, indefinite delivery, indefinite quantity type contract for a period of performance not to exceed 5 years. In addition, multiple awards, depending on responses to the RFP, will be made. This is a follow-on contract under Contract Numbers N65236-05-D-7862 and N65236-05-D- 7863. The incumbent contractors are Applied Marine Technology, Inc. and Gemini Industries respectively. Please reference No. N65236-09-R-0023 when responding to this synopsis. Within a reasonable time for evaluation of responses SSC-Atlantic will post the procurement decision on e-commerce and FEDBIZOPS. A copy of the draft PWS, and a Microsoft Word document of this synopsis, are posted at the SPAWARSYSCEN Atlantic E-Commerce Business Opportunity webpage: https://e- commerce.spawar.navy.mil/command/0 2/acq/navhome.nsf/homepage? readform
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2ee0bec023d5f3718752d56cabab61a6&tab=core&_cview=1)
 
Record
SN01740719-W 20090131/090129220409-2ee0bec023d5f3718752d56cabab61a6 (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.