Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2015 FBO #5143
SOURCES SOUGHT

D -- SureTrak Surveillance System - DRAFT Statement of Work

Notice Date
12/21/2015
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-16-R-TBD0
 
Archive Date
1/21/2016
 
Point of Contact
Kenneth G. Turing, Phone: 3019954213
 
E-Mail Address
kenneth.turing@navy.mil
(kenneth.turing@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Labor Categories Draft Labor Categories Sources Sought Synopsis: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARTATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Requirement Overview: The Department of the Navy, Naval Air Warfare Center Aircraft Division, and NAVAIR Range Department (Code 5.2) is seeking sources to install, operate, and maintain the SureTrak surveillance systems located at several Navy, Air Force, National Aeronautics and Space Administration (NASA), and commercial facilities around the nation. SureTrak is also deployed and will require contractor support in several African Nations as part of the Regional Maritime Awareness Capability (RMAC). The services required will include but are not limited to system engineering, system architecture and design, sensor and system analysis, sensor & system integration, hardware analysis and testing, software development, site surveys, system installation, sensor installation, electrical analysis and troubleshooting, basic electrical installations and repairs, infrastructure modification and repairs, laboratory and field testing, data analysis, hardware and software maintenance, system operations, remote system monitoring & maintenance, training, logistics support, shipping, purchasing, inventory control and management, technical documentation, information assurance, information security, communication equipment installation and support, system integration with subsystems, subsystem analysis, basic technology research, project management, and program management. The contractor will be required to conduct installation, maintenance and operation of new and existing SureTrak type systems (SureTrak); development and testing of modifications to existing systems; and development, production, and installation of customized systems. Work under this contract will include any services relating to any phase of planning, development, engineering, design, procurement, site preparation, installation, testing, training, operating, and maintaining as identified herein in support of the SureTrak program. Requirement Classification: A solicitation will be issued reflecting an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five year ordering period. The NAICS code is 541512 and a Product Service Code (PSC) of D318. This office anticipates awarding a contract for the required services in the November 2017 timeframe. It is not determined as of yet to set-aside this requirement, however, small business is encouraged to respond. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being used by the government to obtain information regarding industry's ability to provide products and services. Attachments: In order to facilitate industry's understanding of this requirement, the following documents are attached: •(1) Draft statement of work •(2) Current Labor Categories (provided for information only) Responses: Interested parties are requested to submit a response of no more than 20 pages demonstrating their capability to perform the services listed in the attached SOW. This document will be segregated into several distinct sections and shall address, as a minimum, the following: Section (1): 2 pages Shall include the title of the Draft PBSOW which you are applying to, company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status. Additionally, a list of Government points of contacts and current telephone numbers to confirm facts presented in Section 2 along with relevant contract numbers and organizations supported. Section (2): 16 pages Shall include a summary which discusses prior/current corporate experience performing efforts of similar size and scope, indication of whether company X worked as a prime or subcontractor, and a brief description of how the referenced contract relates to the services described herein; resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified; management approach to staffing this effort with qualified personnel; statement regarding capability to obtain the required industrial security clearances for personnel; company's ability to perform more than 50% of the work; and company's ability to begin performance upon contract award. Can or has your company managed a task of this nature before? Section (3): 2 pages Provide comments regarding any unduly restrictive aspects of the Statement of Work (SOW/ PWS), which may prevent your organization from submitting a competitive bid. Additionally, provide any questions which you may have about the (SOW/PWS), requirement, and acquisition strategy. The packages shall be submitted electronically to the Contract Specialist in Microsoft Word Format at the following address: kenneth.turing@navy.mil. The deadline for response to this request is January 20, 2015. All communication in reference to the above submissions shall only be permitted through the contract office 2.5.1.11 NAWCAD.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-16-R-TBD0/listing.html)
 
Place of Performance
Address: Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN03975086-W 20151223/151221234513-cd06e9d13c7692c9940360c63809ca20 (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.