Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOURCES SOUGHT

58 -- INTEGRATED INTRASQUAD RADIO HEADSETS

Notice Date
8/28/2009
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Atlantic_MKTSVY_776D2
 
Response Due
9/14/2009
 
Archive Date
9/29/2009
 
Point of Contact
Point of Contact - Calvin L Howard, Contract Specialist, 843-218-5941
 
E-Mail Address
Contract Specialist
(calvin.howard@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare SystemsCenter, Atlantic (SSC-LANT) is soliciting information from potential sources to provide Integrated Intra Squad Radio Headsets for U.S. Marine Corps. The following table is a list of minimum performance capabilities. Potential sources must have demonstrated expertise and proven abilities in manufacturing equipment similar to the required items. Offer or are requested to specify if they have a current production system that can meet the following minimum requirements: MINIMUM PERFORMANCE CAPABILITIES 1. The IISR headset system shall be comprised of a single radio version, a dual radio version, and dual field air control (FAC) version. 2. The IISR headsets will be capable of being configured for either single or dual radio application suitable for operation in a multi-mode service environment. 3. The IISR headset capability shall be digital, lightweight, rugged, in-ear, and low profile configuration. 4. The IISR headset shall provide hearing enhancement, protection, situational awareness, and communication capabilities. 5. The contractor shall provide all specific material, service, and necessary support documentation needed to operate the system. 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 five (5) on data submitted. Responses shall be submitted by e-mail to Calvin Howard, Contracts Specialist Code 22530CH, at calvin.howard@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) 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) a current list of customers your whom your company has manufactured and supplied similar shallow water multibeam sonar systems in the past five (5) years information shall include the following: (i) a summary of system and or services supplied, (ii) contract numbers, (iii) contract type, (iv) dollar value for each contract referenced, and (v) a customer point of contact with valid phone number (this information is required to verify offerors performance; the government may contact any reference for further validation; work not considered similar to the draft PWS will not be deemed as relevant.); (9) for each of the minimum capabilities cited in the table above, provide the following information (recommend using matrix or table format): (i) if your proposed system can meet each of the minimum requirements; (ii) if the capability has been tested; and (iii) if tested, state when and who performed the validation; Note: Do not include any documentation, or information 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) list your companys most current quality or process management system applicable to the facility where the system will be manufactured (e.g., ISO- 9001, CMMI maturity level assessment, etc.) 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 10 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 334220 with a size standard of 750 employees. Contractor must submit their responses via email by 1400 hours, Eastern Time on 14 Sep 2009. We anticipate this being a single award, indefinite delivery, indefinite quanity, firm fixed- price (FFP) type contract for a period of performance not to exceed two (2) years. This is a follow-on contract. Please reference No. 09-R-0198 when responding to this posting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/SSC-Atlantic_MKTSVY_776D2/listing.html)
 
Record
SN01931460-W 20090830/090829002513-df2672506910bb0744b1d695a9e59f29 (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.