SPECIAL NOTICE
58 -- SOURCES SOUGHT - INTELLIGENCE, SURVEILLANCE, AND RECONNAISSANCE TECHNOLOGY - 14SNB01_spec_note
- Notice Date
- 10/7/2013
- Notice Type
- Special Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016414SNB01
- Archive Date
- 12/9/2013
- Point of Contact
- Diane Bright, Phone: 812-854-2938
- E-Mail Address
-
diane.bright@navy.mil
(diane.bright@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 14SNB01_spec_note_att 14SNB01_spec_note This solicitation is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. NSWC Crane is issuing this Market Survey for determining industry capabilities and is soliciting information from potential sources to provide development, prototype, and test item delivery of Surveillance and Reconnaissance systems for the NSWC Crane Surveillance and Reconnaissance Systems Division for Tagging, Tracking, and Locating(TTL) systems; Processing, exploitation, and dissemination (PED)systems, mobile SIGINT, unattended ground sensors, special communications, site exploitation/forensics, and associated micro-satellite payloads. Please reference the enclosed DRAFT Statement of Work (SOW). 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 can be included in appendices only. 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. 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 respondent's size status and whether the respondent is registered in applicable NAICS code listed in paragraph 2E 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 list of customers for current and relevant work performed. The purpose is to demonstrate the prime's 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 5, citations of current and relevant work performed (see Attachment 1). This information is NOT part of the description of the corporate capabilities for technical requirements listed in the Draft SOW. a. Current work is defined as work performed within the 5 years before the posting date of this market survey. b. Common aspects of relevancy include similarity of technology development effort with those technologies listed in 1.2.1 of the PWS, 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 and does not count toward the two page limit for this section. (8) 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. 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 SOW. Page limitation for this section is 10 pages. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. Questions and electronic submissions regarding this announcement may be directed to the Contracting Officer, Ms. Diane Bright, diane.bright@navy.mil or (812) 854-2938. The mailing address for hard-copy submission is: NAVSURFWARCENDIV Crane, ATTN: Ms. Diane Bright, Code CXPP. Bldg 3422, 300 Highway 361, Crane IN 47522-5001. Electronic or hard-copy submissions will be reviewed if received by the closing date and time. The technical point of contact for this effort is Ms. Renee Jung, renee.jung@navy.mil, or (812) 854-6099. All interested parties are encouraged to submit above information for the Government(s) review by 2:00 PM Eastern Daylight Time on 22 OCT 2013. Please refer to announcement number N00164-14-S-NB01 in all correspondence and communication. UNCLASSIFIED responses to this RFI shall be submitted as described above. CLASSIFIED responses shall be coordinated with Renee Jung, 812-854-6099, prior to submission. Contractor support will not be utilized in support of review and evaluation of RFI responses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016414SNB01/listing.html)
- Record
- SN03212364-W 20131009/131007233816-0083fa891b88e918524d8a1f60c9cc35 (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 |