Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2012 FBO #3870
SOURCES SOUGHT

J -- Telephony Voice Networks Support

Notice Date
6/27/2012
 
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_BF96A
 
Response Due
7/12/2012
 
Archive Date
7/27/2012
 
Point of Contact
Point of Contact - Jeremy D Shull, Contract Specialist, 619-553-4467
 
E-Mail Address
Contract Specialist
(jeremy.shull@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement is not a Request for Proposals (RFP), and constitutes only a sources sought for a potential solicitation. This Market Survey is issued for the purpose of determining Small Business capabilities. Small Business firms having the capabilities to perform the tasking described in this RFI are encouraged to respond. It should be noted that any resultant contract or task order for services (except construction) will require at least 50 percent of the cost of the contract performance incurred to be expended for employees of the concern proposing as a prime. Please see FAR Clause 52.219-14, Limitations on Subcontracting (Nov 2011) for prescription and complete version of the clause. The contractor will be tasked to accomplish the work as specified in the draft Performance Work Statement (PWS) attached hereto. Space and Naval Warfare Systems Center, Pacific (SSC Pacific) is issuing this Market Survey for determining Small Business capabilities and is soliciting information from potential sources to provide technical support includes design, redesign, installation, and maintenance of electronic equipment and systems and their associated computer programs on board Navy ships and other Government sites. A large portion of the primary support includes the in- service maintenance and upgrading of the interior communications software programs. Required technical support also includes development, maintenance, and installation of management support software and databases, development, maintenance and development and presentation of training curricula associated with those assigned equipments or systems, generation and maintenance of technical documentation, and performance of verification and validation tasks. It is estimated that fifty percent (50%) of the work shall be performed at Naval Base San Diego CA; ten percent (10%) of the work shall be performed at the contractors facilities; and forty percent (40%) shall be performed at temporary work sites or ports located in the continental U.S. and/or foreign countries. Additional or specific work locations shall be specified on individual task orders. The Government anticipates this effort to be a Cost Plus Fixed Fee (CPFF) type contract with a five (5) year period of performance (one base year, plus four one-year option periods). In addition, multiple awards, depending on the Request for Proposal (RFP) evaluation results, will be considered. This is a follow-on contract for contract number N66001-08-D-0042, and the incumbent contractor is COLSA Corporation. The Governments estimated level of effort for this procurement, based upon Full Time Equivalents (FTEs) will be approximately 46,000 per year. Responses shall be prepared so that when printed, they meet the following requirements: 8.5x11 inch paper, single-spaced typed lines, 1 inch margins, 12 point Times New Roman font. Tables may use 10-point font. Graphics or pictures are not allowed. Illustrations such as tables, flowcharts, organizational charts, process charts or other similar type informational charts may be used, and they will be counted against the page count limitations. Text entered into Attachment 1 shall be single spaced Times New Roman 10 point font. Respondents are responsible for ensuring the legibility of all table, charts, etc., and should assume that when their response is printed or copied, it will be done in black and white. When submitted, the format of Table 1 shall not be changed from how it appears in this document. The Governments estimated dollar range for this effort is: >$50M - $100M. The applicable NAICS code is 541330 with a size standard of $35,500,000. Responses shall include a Corporate Description section and a Corporate Experience section as described below. Section 1: Corporate Description. Capability Responses must include all of the following information (2 page limit): (1) Name of firm (2) State the respondents size status and whether the respondent is registered in applicable NAICS code listed above. (3) Ownership, including whether:, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran Owned and/or Service Disabled Veteran- Owned Business; (4) Two points of contact, including: Name, title, phone, and e-mail address (5) CAGE Code and DUNS Number (6) Affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime). (7) A completed Table 1 (see attachment). Table 1 is a listing the percentage of work a respondent can perform with respect to the stated requirements based on the respondents capabilities. This is an assessment/ analysis of a respondents independent abilities as to what they can or cannot perform exclusive of any potential subcontractor/team member information. Do not include any documentation or percentages for any company other than your own. For respondents planning to propose a teaming arrangement that complies with the requirements set forth in FAR clause 52.219-27 (Notice of Service- Disabled Veteran-Owned Small Business Set-Aside (Nov 2011), Table 1 must be completed for each of the teaming partners. In this case, additional Table 1 listings may be submitted on additional pages, but those additional pages shall only contain those additional tables no additional narrative is permitted on these extra pages beyond a one line caption for each table. Respondents shall fill in Columns B and C of Table 1 (see attachment). a. The percentages listed in Column A represent the governments estimated percentage of effort in each technical area that will be required relative to the overall effort of the contract. b. Entries in Column B reflect the percentage work in each technical area that a respondent can accomplish as described above. The values in each of the rows of this column will be between 0 and 100%. c. Values in Column C represent the percentages of the overall contract that the respondent can accomplish in each task area. For each task area, this is determined by multiplying the percentage listed in Column A with the percentage entered in Column B. The sum of the values in Column C represents the percentage of the overall contract that the respondent can accomplish. This value cannot exceed 100%. (8) A list of customers for current and relevant work performed. The purpose is to demonstrate the primes management infrastructure, capacity to procure and manage a level of effort which may include, but is not limited to, teaming arrangements, joint ventures, etc. that correspond to the technical tasking, relevant experience, and past performance. Respondents shall submit at least 1, and no more than 3, citations of current and relevant work performed This information is not part of the description of the corporate capabilities for technical requirements listed in draft PWS. a. Current work is defined as work performed within the five (5) years before the posting date of this market survey. b. Common aspects of relevancy include similarity of services/support, complexity, dollar value, contract type, and degree of subcontract/teaming. c. Information for each customer shall be provided by completing the Relevant Contract Experience Matrix provided as attachment (1) to this template. (9) A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts. (10) A statement that the respondent either agrees or does not agree that their company or partnerships name can be published as one of the respondents to this RFI. Section 2: Corporate Capabilities. Respondents shall summarize the work their company, employees or partnership has performed relevant to this planned requirement by demonstrating their experience/capabilities as described in the attached draft PWS. Page limitations are as follows: PWS 3.1, Table 1 section A: 1 page PWS 3.2, Table 1 section B: 1 page PWS 3.3, Table 1 section C: 1 page PWS 3.4, Table 1 section D: 1 page PWS 3.5, Table 1 section E: 1 page PWS 3.6, Table 1 section F: 1 page PWS 3.7, Table 1 section G: 1 page PWS 3.8, Table 1 section H: 1 page PWS 3.9, Table 1 section I: 1 page PWS 3.10, Table 1 section J: 1 page PWS 3.11, Table 1 section K: 1 page The definitions of current and relevant as listed in paragraph (8) above apply to the experience/capabilities cited in the response to this section. For respondents planning to propose a teaming arrangement that complies with the requirements set forth in FAR clause 52.219-27 (Notice of Service- Disabled Veteran-Owned Small Business Set-Aside (Nov 2011)), this section should address the combined experience/capabilities of the companies that are part of that teaming arrangement. 5. This notice is for 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 be notified of the results of this evaluation. The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (e.g., 8 (a), HUBZone, SDVOSB, WOSB etc.). Any questions shall be submitted to the Contract Specialist via the email address listed below by the specified date. Any questions submitted after the specified date may not receive responses. 6. Responses to this RFI shall be submitted to SSC Pacific Code 2241 via e-mail to Mr. Jeremy Shull at jeremy.shull@navy.mil. Please use reference No. N66001-12-R-0107 when responding to this Market Survey. a. The closing date for this RFI is: 12 July 2012. b. The closing time for this RFI is: 4:30 PM, PST. c. The deadline for submission of questions is 6 July 2012. 7. Within a reasonable time after evaluation of responses, SSC Pacific will post the acquisition strategy decision on the e-Commerce central. 8. Support Contractors Contractor support will not be utilized in support of review and evaluation of RFI responses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c9f194fc97bac75a5a6709883582305b)
 
Record
SN02787978-W 20120629/120627235720-c9f194fc97bac75a5a6709883582305b (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.