Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 14, 2001 PSA #2807
SOLICITATIONS

R -- ENGINEERING AND TECHNICAL SUPPORT SERVICES

Notice Date
March 12, 2001
Contracting Office
SPAWARSYSCEN-Charleston, PO Box 190022, N. Charleston, SC 29419-9022
ZIP Code
29419-9022
Solicitation Number
N65236-01-R-0847
Response Due
March 30, 2001
Point of Contact
Patricia W. Godwin, Code 1115PG, (843) 218-5920, Contracting Officer, Paulette Dillard
E-Mail Address
SPAWARSYSCEN Charleston Contracting (godwinp@spawar.navy.mil)
Description
SPAWARSYSCEN Charleston is soliciting information from potential sources to provide support for: Software Design, Development, Modeling, and Maintenance; Firmware Development (VxWorks, C programmed into EEPROMs, C++); Development of ICW/IMI for NAVMACS II/SMS (AN/SYQ-26V and 28(V)); Prototype Software Development and Integration of COTS/GOTS systems; Technology Assessments; Configuration Management; Quality Assurance; and Training. Respondent must have knowledge and experience with the following systems: NAVMACS II/SMS, DMS, DMDS, FDS, PAX, DII COE, PKI, IP Multicast (ISDS, ISNS, TIDS), OTCIXS (ON-143 V6/14) and TADIXS. In-depth knowledge of the following protocol specifications is also required: AMP Client, AMP Server, CUDIXS, Mode 1, MMS Login, and RIXT. Respondents must have experience in complex software development and LAN/ extensive networking experience. Engineering analysis for software shall include the development of evolutionary modeling to simulate expected system performance. Modeling requirements shall include both high and low level analyses. Other modeling efforts shall entail predicting the performance of specific systems subject to external stimulus and the impact of hardware/ software changes to existing communications network topologies. Respondents shall perform investigative work in new or emerging technologies and trade-off analyses associated with alternative and/or selected engineering approaches. These efforts shall include areas such as network systems, security (INFOSEC) assessment, and interface engineering. Performance of work will take place in the contractor's facility and in government laboratories and test facilities as specified on each individual task order. At the time of proposal submission a Secret Facility Clearance is required authorizing acces, generation and storage of Secret material. Personnel qualifications -- the Government requires the contractor to provide highly skilled and experienced personnel in several disciplines for engineering and technical roles. The contractor must be familiar with the C4I systems and subsystems identified above and have the necessary experience and qualifications to perform the typical tasks that will be identified under individual Delivery/ Task Orders. SPAWARSYSCEN Charleston anticipates awarding a Time and Materials type contract with a base year with four one-year option periods to extend the term of the contract. The Government anticipates a potential level of effort of 102,000 labor hours over a 60-month period. Oral Presentations may be required under the solicitation and responding offerors will be advised after the solicitation closing date of the date, time and location for their presentation. Firms are invited to submit appropriate documentation, literature, brochures and references to support that they possess the required specialized experience relative to the above C4I systems. Experience summaries must include the following: (1) name and address of firm; (2) size of business: average annual revenue for the past 3 years and number of employees; (3) ownership: Large, Small, Small Disadvantage, 8(a) HUBZone, and/or Woman-Owned; (4) number of years in business; (5) two points of contact: name, title, phone, fax and email address; (6) DUNS Number (if available); (7) affiliate information: parent corporation; (8) a list of customers covering the past five years: highlight of relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference and customer point of contact with phone number and identify your role as either the Prime or the Subcontractor. Summaries should be no longer than five pages in length. All summaries should be submitted to Space and Naval Warfare Systems Center, Charleston, P.O. BOX 190022, North Charleston, SC 29419-9022, Attn: Patricia W. Godwin, Code 1115PG to arrive no later than 30 March 2001. Summaries may also be emailed to: godwinp@spawar.navy.mil. For further technical information, contact John L. Dyar, Code 523JD at (843) 218-4903. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING THE INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. RESPONDENTS DEEMED FULLY QUALIFIED WILL BE CONSIDERED IN ANY RESULTING SOLICITATION FOR THE REQUIREMENT. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE, HUB-ZONE OR 8(A) SET-ASIDE BASED ON RESPONSES HERETO. THE NAICS CODE IS 54133 (SIC CODE 8711) AND THE SIZE STANDARD IS $20 MILLION.
Record
Loren Data Corp. 20010314/RSOL014.HTM (W-069 SN50F889)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on March 12, 2001 by Loren Data Corp. -- info@ld.com