Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2010 FBO #3003
SOURCES SOUGHT

58 -- N65236-10-R-0006

Notice Date
2/11/2010
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Atlantic_MKTSVY_7D8CA
 
Response Due
2/22/2010
 
Archive Date
3/9/2010
 
Point of Contact
Point of Contact - SARAH W PYATT, Contract Specialist, 843-218-5974
 
E-Mail Address
Contract Specialist
(sarah.pyatt@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Space and Naval Warfare SystemsCenter (SPAWARSYSCEN) Atlantic intends to negotiate a sole source contract with Northrop Grumman Systems Corporation, dba Denro Systems, 7055 Troy Hill Dr Ste 400, Elkridge, MD. This procurement is for fifteen (15) each Enhanced Terminal Voice Switch (ETVS) systems. These switches were previously purchased through Federal Aviation Administration (FAA) contract number DTFA01-95-C- 00027 for use as an Operational Communications System (OCS) at Naval and Marine Corps Air Traffic Control (ATC) facilities. Due to the systems critical application, the government requires an ATC voice switch with an FAA In-Service Decision for use in the National Airspace System (NAS). The government also requires that the ATC voice switch have the ability to configure radio channels to either "Select-to-lockout" or "Key-to- lockout" mode; this configuration must have an approved FAA Configuration Control Decision. The anticipated contract shall be an indefinite-delivery, indefinite-quantity, Firm-fixed-price, Performance-based type with an estimated award time of August 2010. The estimated contract value is $7.5 million during a performance period of one base year and four (4) one-year option periods. 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 five (5) page limit on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, Sarah Pyatt, Code 2253SP, via e-mail to Sarah.Pyatt@navy.mil. Responses must include the following: (1) name and address of firm; (2) size of business, including; average annual revenue for the past three years and number of employees; (3) ownership (including Country of Ownership), indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran-Owned Business, and/or Service-Disabled-Veteran- Owned, and Central Contractor Registration (CCR) information; (4) number or years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (if available); (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) the percentage of work your company (excluding any subcontractors) can perform with respect to manufacturing the proposed system (DO NOT INCLUDE ANY DOCUMENTATION OR PERCENTAGES FOR ANY COMPANY OTHER THAN YOUR OWN. THIS IS AN ANALYSIS OF YOUR COMPANYS ABILITIES AND WHAT IT CAN OR CANNOT PERFORM); (9) a list of at least two contracts for relevant work (ATC communication voice switch) performed in the past three (3) years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with a valid, working phone number; (10) contractor shall complete and submit the Mandatory System Capabilities Matrix by addressing each requirement and specifying if their proposed system can currently meet the governments requirement or can meet the requirement by the estimated contract award date, August 2010. 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. Respondents will not be notified of the results of this evaluation. Based on the analysis of the responses hereto, the Government reserves the right to consider a set- aside for one of the small business preference groups. (i.e., 8(a), SDB, SDVO, etc.). Offerors are responsible for monitoring posting site for the release of the solicitation and amendments (if any). The applicable NAICS code is 334511 with a standard of 750 employees. The Closing Date for responses is 22 February 2010. Please reference solicitation number N65236-10-R-0006 when responding to this request for information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/SSC-Atlantic_MKTSVY_7D8CA/listing.html)
 
Record
SN02063572-W 20100213/100211234940-42270df73446b7c89c8d006d573c7a35 (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.