Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2013 FBO #4095
DOCUMENT

70 -- This is a Sources Sought Notice/RFI for NAVSATCOMMFAC) Northwest, Chesapeake, VA for Operations and Maintenance Support Services. - Attachment

Notice Date
2/7/2013
 
Notice Type
Attachment
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
N00104 NAVSUP Weapon Systems Support Mechanicsburg PA NAVSUP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
 
Solicitation Number
N0010413NQ264
 
Response Due
3/12/2013
 
Archive Date
3/12/2014
 
Point of Contact
Brittany Schofield
 
E-Mail Address
ny.schofield@navy.mil<br
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought/RFI is released pursuant to FAR Part 15.201(e), Exchanges with Industry. The Naval Weapons System Support (NAVSUP WSS) and the Naval Satellite Communications Facility (NAVSATCOMMFAC) Northwest, Chesapeake, VA, a detachment of Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT), are issuing this combination Sources Sought Notice / Request for Information. The objective of this Sources Sought / RFI notice is to facilitate the NAVSUP Contracting Officer s review of the market base required for acquisition planning / size determination (unrestricted vs. set-aside). This Sources Sought/RFI is for planning purposes, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. NAVSUP WSS and NCTAMS LANT will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, NAVSUP WSS and NCTAMS LANT reserve the right to contact any respondent to this notice for the sole purpose of enhancing NAVSUP WSS and NCTAMS LANT s understanding of the notice submission. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government. NAVSUP WSS Contracting Office POC: Brittany.Schofield@navy.mil 717-605-5572 Contract Specialist Primary Valerie.Hawthorne@navy.mil 717-605-3946 Contracting Officer Secondary FAR Clause 52.215-3 Request for Information or Solicitation for Planning Purposes applies. Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and respondent are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: Acquisition Planning. This Sources Sought provides an opportunity for respondents to submit their availability and potential to fulfill the Navy requirement related to this request. Information is sought regarding respondents ability to demonstrate relevant scope, magnitude, and complexity and with respect to work that is of the same as or similar to that which is described in the Performance Work Statement and, for work examples so demonstrating, quality past performance. Operations and Maintenance Support is required on all satellite terminals and associated equipment at (NAVSATCOMMFAC) Northwest. The contract will require satellite communications (SATCOM), technical control, patch and test services, and functions currently provided by NAVSATCOMMFAC in fulfilling its mission. Further details are described in the attached Performance Work Statement (PWS). I.NOTES: A.Provide questions and responses to NAVSUP_WSS_0271_FFCII_.fct@navy.mil B.For the purposes of the Sources Sought / RFI and the upcoming procurements, if any, ALL communications shall be directed to the NAVSUP Contracting Office POC s listed above. Interested parties shall NOT contact the customer (NAVSATCOMMFAC Northwest or NCTAMS LANT) with questions / concerns. C.Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. D.Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). E.Subject matter experts from NCTAMS LANT and NCTAMS LANT, Detachment Northwest, VA will review respondents 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 and as further specified in the Government s Information Request. The subject matter experts may not review respondents submissions that do not comply with the submission instructions. II.TIMELINE (ALL TIMES EASTERN): On or before 1700 Eastern, 19 February 2013 Respondent questions of a technical nature due On or before 1700 Eastern, 26 February 2013 - Government responses to vendor questions due On or before 1700 Eastern, 12 March 2013 Respondent Capability packages due *Questions and Capability packages shall be emailed directly to NAVSUP_WSS_0271_FFCII_.fct@navy.mil III.Requirement Description: (See attached Draft PWS.) The company (facility clearance) and candidates for the positions of Site Manager and Alternate Site Manager must be clearable at the TOP SECRET level. All other personnel must be clearable to the SECRET level. A clearance is a prerequisite requirement for award. IV.Requested Information: Interested parties shall provide information to the Government as follows: A.Format: 1.MS Word or PDF format/Times New Roman font size 12 2.Page limit -15 pages 3.Company name and Sources Sought/RFI number listed on each page 4.Proprietary information MUST be marked as such, on a page-by-page basis. B.Introduction: 1.Provide name of company, company address, a contact person s name, telephone number, fax number and email address. 2.CAGE code, and indicate if actively registered on System for Award Management (SAM). 3.Contract number and description of contractual vehicles the company holds, such as a GSA schedule contract, if any. 4.STATUS -NAICS Code 517410 (Satellite Telecommunication, is assigned. State the size of your company under this NAICS code [e.g., 8(a) (including graduation date), HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]. 5.INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor] on the NCTAMS LANT effort. 6. Describe in detail the scope and experience of past and current similar contracts and relevant programs within the past five years and describe the firm s capability to perform the work (contract number, dollar value, point of contact, phone number). Corporate experience required is listed below. A past performance form is provided. V.Evaluation Criteria: A.Corporate Experience 1.This RFI will provide NAVSATCOMMFAC Northwest requirement (Performance Work Statement (PWS) and all exhibits) to allow interested parties (respondents) to submit Corporate Experience and Past Performance information for up to 3 contracts/projects performed within the last five (5) years. Relevant corporate experience is experience (within the past five (5) years) that is of the same or similar scope (Operation and Maintenance of commercial or military satellite operations), same or similar magnitude (performance of services of a dollar value/FTE comparable to the dollar value/FTE to that which is described in the RFI s Draft PWS), and of the same or similar complexity (comparison of the variety of duties and number(s) of systems and type(s) of systems supported to those described in the RFI) and quality Past Performance. Note: Corporate Experience is defined by what relevant experience the respondent has gained under specific contracts/projects within the five years immediately preceding the submission of its response, while Past Performance factor, identified below, is defined by how well the respondent has performed over those five years. The Past Performance evaluation will be performed only on those contracts/projects identified in the response that demonstrate relevant Corporate Experience. While Corporate Experience and Past Performance evaluations are separate, they principally focus on different aspects of the same contracts/projects. Accordingly, respondents shall submit a single set of corporate experience and past performance information (maximum of three (3) of its most relevant contracts using the provided Past Performance form). 2.The contracts/projects will be evaluated in the aggregate in order that responses not demonstrating the entire scope, magnitude, and complexity of the requirement under one individual contract/project can be considered as demonstrating, within the allotted number of contracts/projects as described above, experience with the full scope, magnitude, and complexity of the requirement. Note: Respondents should include information regarding only the respondent s Corporate Experience and Past Performance. Corporate Experience and Past Performance performed by other entities (e.g. teaming partners, subcontractors, etc.) should not be included in the response and, if submitted, will not be evaluated. 3. Corporate Experience with respect to same or similar scope (Operation and Maintenance of commercial or military satellite operations) will be evaluated as demonstrating experience with the full scope of the requirement if the response s corporate experience demonstrates scope experience in all of the following areas as identified in the PWS: i. 24/7/365 Satellite Communications (SATCOM) scheduling, reporting, and coordination of radio frequency (RF) links, within specified response times using fixed earth terminals using multiplexers and routers and switches in Ultra High Frequency (UHF) and Extremely High Frequency (EHF) and Super High Frequency (SHF) spectra. ii. 24/7/365 corrective and preventive maintenance for fixed SATCOM earth terminals. iii. 24/7/365 use, management, and reporting for cryptographic systems (MIL/Commercial) of a) NSA approved and AES commercial applications or b) public key infrastructure (PKI) and advanced (software) encryption standards (AES). iv. Knowledge of Information Assurance (IA) and Information Security (IS) processes, monitoring, and reporting. v. Physical security, quality control, environmental, safety, and security planning and execution. B.Past Performance Using information provided by the completed Past Performance forms, evaluation will focus on quality of performance. The quality of past performance will be evaluated in terms of: 1. Technical and schedule Performance, 2. Ability to provide quality personnel and adequate non-labor resources for the life of the contract, 3. Execution of sound management practices, 4. Consistent utilization of effective cost control, 5. Effective internal and external lines of communication, command and control, ability to satisfy customer requirements, and, 6. General responsiveness to contract. This evaluation will be restricted to those contracts/projects determined to be relevant to the Sources Sought/RFI. The Government reserves the right to obtain information for use in the evaluation from any and all sources, including sources outside of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010413NQ264/listing.html)
 
Document(s)
Attachment
 
File Name: N0010413NQ264_SSN-RFI_N0010413NQ264.pdf (https://www.neco.navy.mil/synopsis_file/N0010413NQ264_SSN-RFI_N0010413NQ264.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0010413NQ264_SSN-RFI_N0010413NQ264.pdf

 
File Name: N0010413NQ264_Technical_Exhibits_1-5.pdf (https://www.neco.navy.mil/synopsis_file/N0010413NQ264_Technical_Exhibits_1-5.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0010413NQ264_Technical_Exhibits_1-5.pdf

 
File Name: N0010413NQ264_Technical_Exhibits_6-12.pdf (https://www.neco.navy.mil/synopsis_file/N0010413NQ264_Technical_Exhibits_6-12.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0010413NQ264_Technical_Exhibits_6-12.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02981735-W 20130209/130207234528-73e8bef0a414620a7354363e72055e65 (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.