SOLICITATION NOTICE
63 -- Integrated Electronic Security Systems (IESS) Sustainment Services
- Notice Date
- 5/18/2009
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- 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
- N65236-09-R-0077
- Response Due
- 7/28/2009
- Archive Date
- 8/27/2009
- Point of Contact
- Point of Contact - Laurie A Cordell, Contract Specialist, 843-218-3502; Laurie A Cordell, Contracting Officer, 843-218-3502<br />
- E-Mail Address
-
Contract Specialist
(laurie.cordell@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This FUTURE OPPORTUNITY is to advise industry that, as the result of a marketsurvey conducted in June 2008, Space and Naval Warfare Systems Center(SPAWAR) Atlantic is setting aside for Small Businesses an IndefiniteDelivery/Indefinite Quantity (ID/IQ), Cost Plus Fixed-Fee Multiple AwardContract (MAC) with Firm Fixed Price (FFP) provisions. SPAWAR Atlantic has arequirement to provide Integrated Electronic Security Systems (IESS)Sustainment services to meet the operational requirements and readiness ofintegrated electronic security systems used by the Department of Defense(DoD), Department of the Navy (DoN), and Federal and State Agenciesincluding Homeland Defense/Security. Efforts consist of logistics and lifecycleengineeing and technical expertise in the full range of sensor systemdisciplines, i.e. Requirements Planning and Management, VulnerabilityAssessments, Risk Management, Configuration Management, Physical SecurityAwareness, Training and Education, Sensor System Engineering, Logistics andLife Cycle Support, and Cross Domain Solutions for local and wide-areasystems. This contract will create a teaming arrangement between industry andthe United States Government to improve availability and supportability of theintegrated electronic systems with the overall goal of reducing Total OwnershipCost (TOC). A draft Performance Work Statement (PWS) is attached. As otherdraft documents become available, they will be posted. Be advised these areDRAFTS and subject to revisions before the RFP is issued. THIS IS NOT AREQUEST FOR PROPOSALS. NOTE REGARDING SYNOPSIS: This synopsis is for information and planningpurposes ONLY and is not to be construed as a commitment by theGovernment. This is NOT a solicitation announcement. The procurement will bea competitive set aside for small businesses in accordance with FAR Part 19.The planned contracts are estimated at $49 million total over a five yearperiod(includes a base year and four one-year option periods). The applicable NAICScode is 541330 with a size standard of $27M. It is the Government's intent,depending on responses to the RFP, to make multiple awards. It is anticipated that the final RFP and associated documents will be availableapproximately mid June 2009 on the SPAWAR Business Opportunity Website:https://e-commerce.sscno.nmci.navy.mil/. A copy of the draft PWS and aMicrosoft Word document of this synopsis are posted at the same website. Questions pertaining to this notice may be directed to Laurie Cordell, ContractSpecialist, at laurie.cordell@navy.mil, telephone 843-218-3502.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/N65236-09-R-0077/listing.html)
- Record
- SN01821124-W 20090520/090518234959-e720926174b775a87ddaa3348373a23e (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 |