Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOURCES SOUGHT

R -- TECHNICAL AND ENGINEERING SERVICES FOR AIRSPACE SYSTEMS, COMMAND, CONTROL, COMMUNICATIONS, COMPUTERS, INTELLIGENCE, SURVEILLANCE, AND RECONNAISSANCE (C4ISR) SYSTEMS, MATCALS / ATCALS,AND MOBILE FIXED / TACTICAL FIXED SYSTEMS

Notice Date
9/18/2009
 
Notice Type
Sources Sought
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
SSC-Pacific_MKTSVY_78DBA
 
Response Due
10/2/2009
 
Archive Date
10/17/2009
 
Point of Contact
Point of Contact - Delaine J Scott, Contract Specialist, 619-553-3388
 
E-Mail Address
Contract Specialist
(delaine.j.scott@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT NOTICE FSC: R414 NAICS: 541330 $27M Space and Naval Warfare Systems Center Pacific (SSC Pacific) is seeking sources to provide technical services to systems and programs supported by Airspace Systems Division. The Division is seeking sources to provide support to several DoD and non-DoD Commands for a wide variety of Airspace Systems, Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Systems, MATCALs/ ATCALs, and Mobile Fixed /Tactical Fixed Systems. This notice is intended to amend and replace the sources sought notice posted on or about 17 February 2009 and modified on or about 25 February 2009. The scope of the this effort will includes Restoration, Operational, Maintenance, Engineering, Overhaul, Installation, Integrated Logistics, In-Service Engineering, and Cognizant Field Activity services to support the systems and programs supported by the Space and Naval Warfare Systems Center Pacific (SPAWARSYSCENPAC), Airspace Systems Division. A DRAFT Statement of Work (SOW) can be reviewed at https://e- commerce.spawar.navy.mil. This procurement is anticipated to be either a single award or multiple award, indefinite quantity indefinite delivery (ID/IQ), Cost-Plus-Fixed-Fee (CPFF) type contract. SSC-PAC anticipates issuing a solicitation for a three-year base with the potential for two one- year award term options. A minimum guarantee applies to the base period. There is no minimum guarantee on the award term periods. The estimated level of effort for the base period is approximately 894,000 labor-hours, which may be expended by exercise of one or more option periods, resulting in an additional 596,000 labor hours extra if both award term options are exercised. The estimated value is approximately $122M. The purpose of this pre-solicitation notice is to locate and identify qualified small business sources to determine if sources exist for a small business set aside. Interested SB firms are invited to respond to this sources sought announcement by providing: (1) information about their business size status (i.e., small, small disadvantaged, woman-owned small, HUBZone small, veteran-owned small, 8 (a), etc.; (2) a statement that they have the capacity to conform to FAR Clause 52.219-14 Limitations on Subcontracting, and (3) summary of experience and knowledge as it relates to the technical requirements set forth in the Draft SOW. A determination as to whether this acquisition will be a set-aside or full and open competition will be based upon the respondents capability, capacity, and relevant experience to support communication and electronic equipment specifically associated with Air Traffic Control, Precision Approach and Landing, Navigational Aids, and Command, Control and Surveillance systems installed on tactical, mobile, ship, shore, and airborne platforms used for Airspace management in the Global War on Terror (GWOT). Respondents shall provide information related to contracts where the respondent was materially involved at a comparable level of effort. The deadline for submission of capability information is 02 October 2009 by 3:00 PM Pacific Time. Capability information is to be submitted via electronic transmission to the SPAWAR E-Commerce Central website. The URL for the SPAWAR E- Commerce Central is https://e- commerce.spawar.navy.mil. First time users of this site are encouraged to access the link titled Read Me First!, and then register through the link titled Submitting a Proposal?. SSC Pacific may not evaluate offeror submissions that do not comply with the submission instructions. SSC Pacific will evaluate all offeror submissions that comply with the submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work envisioned in the Draft SOW. Each respondent to this notice will be notified in writing of the set-aside or unrestricted decision made for this procurement. Please direct any questions to Delaine J. Scott, phone (619) 553-3388, e-mail delaine.j.scott@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/SSC-Pacific_MKTSVY_78DBA/listing.html)
 
Place of Performance
Address: SPAWAR SYSTEMS CENTER HQ 4301 Pacific Hwy, Bldg OT2, San Diego California
Zip Code: 92110-3127
 
Record
SN01960984-W 20090920/090919000352-0b207a7054498de881c952155aef98f8 (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.