Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2009 FBO #2663
SOURCES SOUGHT

63 -- Electronic Security Systems Support

Notice Date
3/10/2009
 
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_6F5A2
 
Response Due
3/25/2009
 
Archive Date
4/9/2009
 
Point of Contact
Point of Contact - Deborah McNeely, Contract Specialist, 843-218-5905<br />
 
Small Business Set-Aside
N/A
 
Description
This is a market survey/sourcessought synopsis for Electronic Security Systems Support. REFERENCE NUMBER: N65236-09-R- 0068 NOTE: The Space and Naval Warfare Systems Center, Atlantic (SSC-LANT) is soliciting information from potential sources to provide Electronic Security System technical support to include any services relating to any phase of development, design, installation, engineering, and technical support. a. The areas of support encompass a variety of different types of deliverables or customers focused on Force Protection. The requirements vary in scope, magnitude and complexity and will range from minor additions to an existing security system, to large scale integrated base- wide or facility-wide systems. The following is a list of potential taskings. You are requested to provide the percentage of work your company can perform against each task listed next to the tasking for evaluation 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 can not perform. The contractor will be tasked to accomplish the work as specified in the Statement of Work/Statement of Objectives. 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 provides planned tasking requirements: TASKING DESCRIPTION PERCENTAGE (Contractor Fill-in) Systems Engineering Develop Fleet Readiness Certification Board and Certification and Accreditation Packages Develop Installation Design Packages Develop Documentation and Reports Material/Equipment Procurement/Rental Equipment/Systems Fabrication, Assembly and/or Verification Equipment/Systems Installation, Testing, and Verification Develop and Prepare Logistics Support Documentation Training Course Materials, Training Aids and Instruction Technical Manuals Management Analysis and Support A copy of the Draft SOW/PWS is posted along with this copy of the market survey on the SPAWARSYSCEN Atlantic E-Commerce Business Opportunity webpage (https://e- commerce.spawar.navy.mil). 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 page limit of 10 pages (not including brochures) on data submitted. Responses shall be submitted to SPAWARSYSCEN Atlantic, Code 2258 via e-mail to Deborah D. McNeely, Senior Contract Negotiator/Contracting Officer, at deborah.mcneely@navy.mil. Capability Responses must include all of the following information: (1) name and address 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 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) the percentage of work your company can perform with respect to the stated requirements (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); (9) a list of customers for relevant work performed in the past five (5) years, including a summary of work performed, contract numbers, contract type, dollar value for each contract referenced, how this work demonstrates capability to perform percentages stated in number eight, and a customer point of contact with phone number (this information is required to verify offerors performance; the government may contact any reference for further validation.); (10) statement that the contractor has or does not have an approved accounting system as defined in the Federal Acquisition Regulation (FAR); (11) (List any other required information pertinent to establishing capabilities.) 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 11 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. Respondents will be notified of the results of this evaluation. 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 is541330 size standard of $27 Million. Contractor must submit their response via email to SPAWARSYSCEN Atlantic, Code 2258 via e-mail to Deborah D. McNeely, Senior Contract Negotiator/Contracting Officer, at deborah.mcneely@navy.mil by 1400 hours, 15 days after publication. We anticipate this being a 100% Small Business Set-Aside contract for a base year and four one year option periods. The Government Estimate for this effort is $93M. This is a follow-on contract for Contract Number N65236-07-D-7229, and the incumbent contractor is Systems Applications and Solutions. Please reference No. N65236-09-R-0068 when responding to this Market Survey. Within a reasonable time for evaluation of responses SSC-Atlantic will post the procurement decision on e- commerce and FEDBIZOPS in the form of a pre-solicitation synopsis for the pending procurement. SPECIAL NOTE: If you are viewing this announcement on FedBiZops, you will not be able to view and print the attachments unless you go to the bottom of the posting and click on the SPAWARSYSCEN Atlantic link which will take you to the SPAWARSYSCEN Atlantic E-Commerce Business Opportunity webpage (https://e- commerce.spawar.navy.mil). All attachments will be posted at this website.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fd8848facf7753d35b7d9fa233873f81&tab=core&_cview=1)
 
Record
SN01766472-W 20090312/090310221123-fd8848facf7753d35b7d9fa233873f81 (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.