SOURCES SOUGHT
J -- SPECIAL PROJECTS AND ELECTRONIC SYSTEMS ISEA (ESS)
- Notice Date
- 11/17/2011
- 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_9E89A
- Response Due
- 12/9/2011
- Archive Date
- 12/24/2011
- Point of Contact
- Point of Contact - Patricia A McDaniel, Contract Specialist, 619-553-5726
- E-Mail Address
-
Contract Specialist
(patricia.nash-brown@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement is not a Requestfor Proposals (RFP), and constitutes only a sources sought for a potential solicitation. SPAWAR Systems Center, Pacific is seeking small business firms with current relevant knowledge, experience and capability to perform In-Service-Engineering Agent (ISEA) functions, sustainment support, and technical support for Special Projects and Electronic Systems. The support includes experimental, demonstration and developmental technology. To support the U.S. Navy, U.S. Coast Guard, Military Sealift Command, Navy Expeditionary Combat Command (NECC), Naval Mine and Anti- Submarine Warfare Command, SPAWAR Program Executive Offices, Commander Third Fleet (C3F), Naval Sea Systems Command, Naval Intelligence Command, Department of Homeland Security and other Government activities. The services will include at a minimum the following areas: Management, Engineering, and Logistics. Any replacement, follow-on or interrelated system shall be covered by this Draft PWS. Work will be performed at operational platform sites, shore-based sites, and training activities located in the continental United States (CONUS), Alaska, Hawaii, and other locations worldwide. The primary systems and efforts to be supported under this contract are Submarine Electronic Surveillance Systems and ancillary sub-systems, Submarine LF/VLF Receiver (SLVR), Command, Control, Communications, Computers & Intelligence (C4I) Systems, Maritime Domain Awareness / Homeland Force Protection / Antiterrorism Systems, Naval Aviation Logistics Command Management Information System (NALCOMIS), Naval Tactical Command Support System (NTCSS), Seabee Construction Management (SCM) System, Advanced Concept Site (ACS), Coalition Warrior Interoperability Experiment (CWIX), Combined Maritime Operations Center (CMOC), Extended Littoral Battlefield (ELB), Fifth Generation Full Scale Aerial Targets (FSAT), Fleet Experiments, Joint Perimeter Security Command and Control (JPSC2), Optimized Organization Maintenance Activity (OOMA), and the Seabased X-Band Satellite. A DRAFT Performance Work Statement (PWS) and Information Requested by the Government can be reviewed at https://e- commerce.spawar.navy.mil <https://e- commerce.spawar.navy.mil/. The potential level of effort for the total requirement is approximately 377,520 man-hours, which may be expended over a five (5) year period. The North American Industry Classification System (NAICS) Code is 541330 Engineering Services, and the Small Business size standard is $27,000,000. Interested small business firms are invited to respond to this sources sought announcement by providing an information statement (not to exceed ten (10) pages inclusive of the cover page) that summarizes relevant experience, knowledge, and capabilities consistent with the scope of demonstrated support for advanced experimental, evolving and developmental technology special project efforts that support the technical requirements areas noted in the DRAFT PWS. Respondents shall provide information related to contracts where the respondent was materially involved at a comparable level of effort. The respondents information statement shall provide: (1) information about their business size status (i.e., small, small disadvantaged, woman-owned small, HUB Zone 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) summarized experience and knowledge as it relates to the scope of the technical activities in the identified technical areas listed in the draft PWS. Specifically, the respondents shall address their experience and knowledge in the following four (4) areas as it relates to the scope of the draft PWS; (a) systems design, hardware and software integrations for platform engineering; (b) logistic support of special projects to include drawings and training for Naval personnel; (c) conduct site surveys and installations in support of special projects; and (d) test, evaluation, and certification of Navy special projects. A determination as to whether a potential acquisition will be a set-aside or full and open competition will be based upon responses to this notice. The deadline for submission of capability information is 09 December 2011, 5:00 P.M. Pacific Standard Time. Capability information is to be submitted via electronic transmission. SSC Pacific may not evaluate offeror submissions that do not comply with the submission instructions. SSC Pacific will evaluate 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 PWS. If insufficient responsive qualified 8(A) firms indicate interest, the Navy will review responsive qualified small business firms for issuance of a competitive small business set-aside solicitation. If insufficient qualified small business firms indicate interest, the Navy may procure the services through unrestricted full and open competition. 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 and transmit capability information to the Contract Specialist, Patricia McDaniel at patricia.nash- brown@navy.mil. THIS NOTICE IS FOR INFORMATION AND PLANNING PURPOSES ONLY, AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT AN RFP AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP REQUESTS FOR INFORMATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9a42ad304d5a8a1e28d751910cf4556f)
- Record
- SN02624884-W 20111119/111117234034-9a42ad304d5a8a1e28d751910cf4556f (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 |