Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 9, 2001 PSA #2804
SOLICITATIONS

D -- SOURCES SOUGHT FOR INTEGRATED UNDERSEA SURVEILLANCE SYSTEM (IUSS) SHIP, SHORE, AND VAN ELECTRONICS -- DESIGN, BUILD, INTEGRATION AND INSTALLATION ACQUISITION PROGRAM

Notice Date
March 7, 2001
Contracting Office
Space and Naval Warfare Systems Command, 4301 Pacific Highway, San Diego, CA 92110-3127
ZIP Code
92110-3127
Solicitation Number
N00039-01-R-2237
Response Due
March 28, 2001
Point of Contact
Pamela J. Rose, 619-524-7191
E-Mail Address
Click here to contact the contract specialist, Pamela (pjrose@spawar.navy.mil)
Description
The Space and Naval Warfare Systems Command (SPAWAR) is conducting this market survey to determine the interest and capability of Industry to participate in a competitive acquisition for the Integrated Undersea Surveillance System (IUSS) Ship, Shore, and Van Electronics -- Design, Build, Integration and Installation Acquisition Program for SPAWAR PMWs 181, 182 and 183. Responses to this Sources Sought synopsis, in the form of capabilities presentation submissions, will form the basis of the Government's decision on whether to offer this requirement on an unrestricted basis under full and open competition. SPAWAR anticipates issuing a solicitation with a resulting contract for a base year with four one-year options. This procurement is intended to be a cost-plus award fee contract, commencing in October 2001. The requirement includes supplying the U.S. Navy with signal and data processing and display systems for the Acoustic Rapid COTS Insertion (ARCI) system capability for Surveillance Towed Array Sensor System (SURTASS) ships, IUSS fixed shore sites and Advanced Deployable System (ADS) vans. ARCI for IUSS is the next generation of data processing and display hardware, hosting applications that access a UNIX based operating system via a government approved middleware layer. The ARCI -- IUSS hardware will also host the common NAVSEA submarine/IUSS ARCI tactical application software, acoustic performance prediction software, and contact management database software. Additionally, the system will include operator workstation software operating on hardware that hosts the Defense Information Infrastructure Common, Operating Environment (DII-COE). The planned five year procurement will include: (1) procurement and design of hardware suites; (2) integration and land based test site testing with government furnished Advanced Process Build (APB) application software; (3) systems and technical engineering services; (4) logistics support to include training conduct, training material development including Computer Based Training (CBT), technical data including test procedures, test reports, and drawings, development of Interactive Electronic Technical Manuals (IETMS), spare parts procurement; and (5) installation on IUSS platforms/sites to include design, installation labor, and testing. Potential sources should provide evidence of and will be evaluated on the following: (1) understanding of and expertise in IUSS sonar signal processing and display technology as well as the ability to design, build, integrate and install such systems; (2) understanding of SURTASS mobile platforms, IUSS fixed shore sites and ADS vans; (3) commercial-off-the-shelf (COTS) computer hardware procurement, integration and test expertise, past experience, and facilities; (4) processing facilities and personnel to execute a contract at the secret security level and (5) relevant past performance (previous or current experience) similar to the required services for the past five (5) years. All past performance information shall include: Contract number (past or current); customer (DOD agency, other government agency); Contracting Officer's Representative (COR) name, telephone and fax numbers; contract value and type of contract; period of performance; and description of product/services. The package shall include the following: (1) Name and address of applicant (Corporate/Principal Office); (2) name, telephone and fax number of point of contact; (3) date firm started; (4) NAICS Code and (5) whether or not your concern is a small business, small disadvantaged 8(a) certified, woman-owned small business, small disadvantaged business (not 8(a) certified), or HUBZone certified. Interested firms capable of supplying IUSS acoustic processing and display systems are invited to submit the above information in two (2) copies not to exceed ten (10) pages within twenty-one (21) days after publication of this notice. The applicable North American Industry Classification System Code for this acquisition is 541512 and the small business size standard is $18 million. Interested sources are requested to submit a package by close of business on 28 March 2001, no later than 3:00 p.m. local time to the following address: Space and Naval Warfare Systems Command, Pamela Rose, Code 02-22R, 4301 Pacific Highway, San Diego, CA 92110-3127. For information regarding this sources sought, contact Pamela Rose, (619) 524-7191 or pjrose@spawar.navy.mil. Proprietary data will be protected when so designated. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. This is NOT a request for proposal (RFP), invitation for bid (IFB), or an announcement of a solicitation and no solicitation package exists at this time. The sources sought announcement is requested for informational purposes only. No cost data should be submitted. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender. For future information about this announcement, refer to the Space and Naval Warfare Systems Command, San Diego (SPAWAR) Business Opportunities Home Page, http://e-commerce.spawar.navy.mil.
Web Link
Click here for further information on this procurement, (http://e-commerce.spawar.navy.mil)
Record
Loren Data Corp. 20010309/DSOL007.HTM (W-066 SN50F5U8)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on March 7, 2001 by Loren Data Corp. -- info@ld.com