SOURCES SOUGHT
J -- Information Warfare Technology Development, Demonstration and Applications (IWTDDA)
- Notice Date
- 2/1/2010
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Atlantic_MKTSVY_7D6FA
- Response Due
- 2/16/2010
- Archive Date
- 3/3/2010
- Point of Contact
- Point of Contact - Paula Somers, Contract Specialist, 843-218-5976
- E-Mail Address
-
Contract Specialist
(paula.somers@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SPAWARSYSCEN Atlantic is performingMarket Research/Sources Sought for Information Warfare Technology Development, Demonstration and Applications (IWTDDA) services supporting Intelligence Surveillance Reconnaissance (ISR)/Information Operations (IO) Engineering Division (Code J561000) for the following critical elements: Technical Studies and Analysis; Systems Engineering and Development; Quality Assurance; Manufacturing Methods and Development; Acquisition, Integration and Test; Life Cycle Planning Work to be performed under this contract requires staff and direct workforce with active clearances. Support services are world-wide and may include support in hostile areas. The applicable NAICS code for this effort will be 541330 with a size standard of $27M. Government estimate for this effort is $725 million. The effort is a follow-on to N65236-08- D-6805 currently being performed by SRC. The proposed RFP# for this action is N65236-10-R-0026. The contractor will be tasked to accomplish the work as specified in the PWS. 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 list reflects the government's best estimate as to the future work requirements: PWS TASK GOVT % CTR PARA. DESCRIPTION EST.% CAN PERFORM 3.2 Technical Studies and Analysis 20% 3.3 Engineering Development and Modernization 30% 3.4 Acquisition, Integration & Test 25% 3.5 Producibility & Transition to Manufacturing 15% 3.6 Life Cycle Planning & Transition 10%. Parties who have all or part of the capabilities to perform the services described above are requested to submit capability statements, limited to not more than six (6) pages in length, single-spaced, 12 point font (minimum) and must address the following: (1) Name, address, telephone number and email address of firm; (2) Size of business: average annual revenue for past three years and number of employees, Cage code, DUNS number, NAICS code; (3) Ownership: Large, Small, Small Disadvantaged, 8(a) and/or Woman- Owned, Veteran-Owned, Service Disabled-Veteran-owned; (4) Number of years in business; (5) Technical capability; (6) Affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (7) A list of customers covering the past 5 years, highlighting relevant work including a summary of work performed, contract number, contract type, dollar value for each customer referenced and customer point of contact with telephone number. Copies of this announcement and applicable Performance Work Statement (PWS) are available on the SPAWAR E-Commerce webpage: https://e- commerce.sscno.nmci.navy.mil/. A performance based, cost-plus-fixed- fee (90%), with provisions for firm- fixed pricing (10%), indefinite quantity, indefinite delivery type contract with a base of one year with four (1) one-year options is anticipated. The Government reserves the right to make multiple awards. Responses to this Sources Sought must be received not later than 12:00 p.m. 16 February 2010. Mailing address: Commanding Officer, SSC-LANT, ATTN: Paula S. Somers, Code 2258, P O Box 190022, North Charleston, SC 29419-9022. Information received will be considered solely for the purpose of evaluating the intent of this notice and explore contracting and subcontracting opportunities. Questions pertaining to this notice may be directed to Paula Somers, Contract Specialist, at paula.somers@navy.mil, telephone 843-218-5976. THIS IS NEITHER A REQUEST FOR A FORMAL PROPOSAL OR A PRESOLICITATION NOTICE. This notice is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The Government will not pay for the provision of any information nor will it compensate any respondents for the development of such information. This synopsis is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Unless otherwise stated herein, no additional written information is available, and no formal Request for Proposal (RFP) or other solicitation regarding this announcement is currently available. Requests for the same will be disregarded. If a solicitation is released it will be synopsized in the FEDBIZOPS and the SPAWAR E- COMMERCE webpage: https://e- commerce.sscno.nmci.navy.mil/. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/SSC-Atlantic_MKTSVY_7D6FA/listing.html)
- Place of Performance
- Address: SPAWARSYSCEN Atlantic One Innovation Drive, North Charleston SC
- Zip Code: 29419-9022
- Zip Code: 29419-9022
- Record
- SN02054940-W 20100203/100201235330-b7fd4e528d8fdee0250995a380013c3b (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 |