SOURCES SOUGHT
J -- VSAT HUB AND TERMINAL ACQUISITION SUPPORT
- Notice Date
- 1/12/2010
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Atlantic_MKTSVY_7D252
- Response Due
- 2/12/2010
- Archive Date
- 2/27/2010
- Point of Contact
- Point of Contact - Paula J Laquaglia, Contract Specialist, 843-218-4766
- E-Mail Address
-
Contract Specialist
(paula.laquaglia@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SPAWARSYSCEN-Atlantic, Charleston,SC (SSC-LANT) is soliciting informationfrom potential sources to supportplanning, sustainment, long-termmanagement, incrementaldevelopment, and operations for world-wide Very Small Aperture Terminal(VSAT) networks. This is a new requirement. This noticeis for planning purposes only It isanticipated that a solicitation will beissued for a task order basedindefinite-delivery, indefinite-quantitycost plus fixed fee type contract for abase period and with four (4), one-yearoption periods. This solicitation will support planningfor new VSAT architectures and post-deployment maintenance of existingVSAT networks. The principle places of performanceinclude locations throughout thecontinental United States (CONUS)including SSC-LANT and locationsoutside the continental United States(OCONUS), which may includehazardous areas. Engineering servicesanticipated for this effort shall includebut may not be limited to includeplanning for satellite communicationsystems, systems and architecturemodifications, and expansion andincremental system development.Network support services andinformation assurance andaccreditation are included as planningand sustainment support tasks.Analyses of VSAT architectures torecommend upgrades andimprovement to network equipment,cryptographic equipment, software arerequired. Procurement of material, equipment,telecommunication services necessaryto support VSAT architecture upgradesand maintenance may be required. Services required for sustainment shallinclude on-site operation andmaintenance of supporting SATCOMHubs and field maintenance ofdeployed VSAT systems. Operationssupport is required to deployed usersto set up, train, troubleshoot, andmaintain systems in the field. Repairand upgrade of VSAT systems atcontractor repair facilities may also berequired. Management services are required forlogistics support, to monitor thesatellite communication system, reportfailure trends, maintain troubleticketing systems, and performfinancial and program managementfunctions. Firms are invited to submit theappropriate documentation, literature,brochures, and references necessary tosupport their affirmation that theypossess the required capabilitiesnecessary to meet or exceed the satedrequirements. Maximum page lengthis five (5) pages on data submitted.Responses shall be submitted to SSC-LANT, via e-mail topaula.laquaglia@navy.mil. Responses must include the following:(1) name and address of firm; (2) sizeof business, including: average annualrevenue for past three years andnumber of employees; (3) ownership,indicating whether: Large, Small, SmallDisadvantaged, 8(a), Women-Owned,HUBZone, and/or Veteran-OwnedBusiness; (4) number or years inbusiness; (5) two points of contact,including: name, title, phone, fax, ande-mail address; (6) DUNS Number (ifavailable); (7) affiliate information,including parent corporation, jointventure partners, potential teamingpartners, prime contractor (if potentialsubcontractor) or subcontractors (ifpotential prime); (8) a list ofcustomers for relevant work performedduring the past five years, including asummary of work performed, contractnumber, contract type, dollar value foreach contract referenced, and acustomer point of contact with phonenumber. NOTE REGARDING SYNOPSIS: Thissynopsis is for information andplanning purposes ONLY and is not tobe construed as a commitment by theGovernment. This is NOT a solicitationannouncement for proposals and nocontract will be awarded from thisannouncement. No reimbursement willbe made for any costs associated withproviding information in response tothis announcement, nor any follow-upinformation requests. Respondents willnot be notified of the results of theevaluation. Based on the analysis ofthe responses hereto, the Governmentreserves the right to consider a set-aside for one of the small businesspreference groups (i.e., 8(a), SDB,SDVO, etc..). The applicable NAICScode is 541519 with a size standard of$25 million. The Closing Date for responses is 12February 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/SSC-Atlantic_MKTSVY_7D252/listing.html)
- Record
- SN02040212-W 20100114/100112234655-aa202e86b9d275e7a48c740a2b74732d (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 |