SOURCES SOUGHT
R -- N65236-02-R-0053
- Notice Date
- 5/16/2002
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston MKTSVY 1831A
- Response Due
- 6/6/2001
- Point of Contact
- Point of Contact - Nancy Gartner, Contract Specialist, 843-218-5921
- E-Mail Address
-
Email your questions to Contract Specialist
(gartnern@spawar.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SPAWARSYSCWN Charleston is soliciting information from potential sources to provide Engineering and Technical Support Services to support task assignments and projects associated with the following engineering and technical services which include Support of Program Management, Systems Engineering, Material Management, Configuration Management, Logistics Support, System Integration (including the operation of a C4I Test & Integration Facility (TIF), Shipyard Support, Installation or Installation Support and Training for new ship construction (SCN) efforts. Contractor shall have a working knowledge of C4I methodology, while ensuring that the individual equipment, subsystems and systems comprising C4I and other related C4I equipment and systems are properly integrated, are operating within the specified parameters when assembled into a total system, and are logistically supported when delivered and/or integrated into the ship(s). To accomplish these tasks, the Contractor shall provide engineering, technical, and development support services of a non-personal nature encompassing, but not limited to, the following: design, integration, installation, program management, configuration management, and test plans and results for shipboard RCS suites; issue/review/update of technical manuals, instructions and test standards; development of training plans and course material; and any new assignments that may be received during the time period of the contract. The following is a list of potential taskings. The percentage listed next to the individual taskings is the estimated amount of effort that will be required on any potential contract for this effort. You are requested to provide the percentage of work your company can perform against each task and the documentation listed under the taskings for evaluation. Do not include any documentation or percentages for anyone company other than your own. This is an analysis of your company's abilities and what it can or cannot perform. * PROGRAM MANAGEMENT (10%) Quality Assurance: Provide the cover page; summary or executive overview; table of contents, index or outline of the QUALITY ASSURANCE manual or Standard Operating Procedure (Not to exceed 10 pages) OR the completed document if does not exceed the specified page length. OR current company ISO/QS series QA compliance certificate. Management Plan: Provide the cover page; summary or executive overview; table of contents, index or outline of a management plan for a current/completed SCN RCS project. (Not to exceed 10 pages) OR the complete document if does not exceed the specified page length. Schedule: Provide a graphic representation of master schedule of a current/completed SCN RCS project. * RCS ENGINEERING (30%) Radio communications system design: Provide a copy of a transmittal letter for the final RCS design package to the Government sponsor OR the meeting minutes of a formal system design review. (Not to exceed 5 pages) Production Engineering: Provide the cover page; summary or executive overview; table of contents, index or outline of a work (fabrication) instruction for a complete current/completed SCN RCS project. (Not to exceed 10 pages) OR the complete document if does not exceed the specified page length. Test procedures master test plan: Provide the cover page; summary or executive overview; table of contents, index or outline of a master test plan for a current/completed SCN RCS project. (Not to exceed 10 pages) OR the complete document if does not exceed the specified page length. Change documentation: Provide an approved current/completed SPAWARSYSCOM Change Request Form (FRM-001) or comparable NAVSEASYSCOM form for configuration change. Configuration Management Plan: Provide the cover page; summary or executive overview; table of contents, index or outline of a configuration management plan for a current/completed SCN RCS project. (Not to exceed 10 pages) OR the complete document if does not exceed the specified page length. * MATERIAL MANAGEMENT (10%) acquisition baseline- Government procured material: Provide sample page with all information fields from a 2Z (government procured) equipment list for a current/completed SCN RCS project. (Not to exceed 2 pages) acquisition baseline- Commercial procured material: Provide sample page with all information fields from a non-2Z (commercially procured equipment list for a current/completed SCN RCS project. (Not to exceed 2 pages) Operating procedures for Material Accountability: Provide the cover page; summary or executive overview; table of contents, index or outline of the procedures used to receipt, inspect, test, inventory, control, and ship material for a completed current/completed SCN RCS project. (Not to exceed 15 pages) OR the complete document if does not exceed the specified page length. *LOGISTICS MANAGEMENT (10%) C4I Operations Manual: Provide a copy of a transmittal letter for the final operations manual to the Government sponsor. OR The cover page, signature page, and table of contents of a delivered final operations manual (Not to exceed 5 pages) Technical library: Provide a list of all technical manuals required for a current/completed SCN RCS project. Logistics Support Management Plan: Provide the cover page; summary or executive overview; table of contents, index or outline of a logistics support management plan for a current/completed SCN RCS project. (Not to exceed 10 pages) OR the complete document if does not exceed the specified page length. *INTEGRATION (25%) Construct a Test and Integration facility: Provide a plan view drawing of a TIF area within an integration facility for a current/completed SCN RCS project Space arrangement plan drawing: Provide a plan view space arrangement drawing of a RCS space in TIF for a current/completed SCN RCS project Space cableway drawing: Provide a plan view space arrangement drawing of a cableway in a RCS TIF space for a current/completed SCN RCS project Equipment cabinet arrangement drawing: Provide a profile view drawing of an RCS equipment cabinet arrangement a RCS TIF space. Cable routing: Provide a sample cable run sheet to an exterior termination for a current/completed SCN RCS project Test procedures: Provide one final system test procedure for a current/completed SCN RCS project. (No page limit, but submit only one) *TRAINING (5%) Provide a sample RCS system curriculum outline for a current/completed SCN RCS project. (No page limit; but submit only one) Provide a sample lesson plan or training module for a current/completed SCN RCS project. (No page limit; but submit only one) *SYSTEM INSTALLATION SUPPORT (5%) Provide a completed/corrected installation discrepancy list for a current/completed SCN RCS project. (Not to exceed 5 pages) Provide space Turnover report or checklist for a current/completed SCN RCS project. (Not to exceed 5 pages) *MANAGEMENT AND ENGINEERING FACILITY (5%) Provide address and written description of the facility (facilities) that would support this contract. (Not to exceed 2 pages) These tasks shall be conducted in a government provided facility at SSC-C ,or a contractor facility in the vicinity of Charleston, SC, or other Government activities including ships, submarines, and water craft via delivery orders on an "as required" basis. A copy of the draft SOW is posted at the SPAWARSYSCEN Charleston E-Commerce Business Opportunity web page. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an indefinite-delivery, indefinite-quantity, and Time-and-Material type contract, with task orders. Firms are invited to submit the appropriate documentation as described above in addition to any literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. Responses shall be submitted via e-mail to gartnern@spawar.navy.mil at SPAWARSYSCEN Charleston, Code 0213NG NLT COB on 6 JUN 2002 and reference N65236-02-R-0053. Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUB Zone, and/or Veteran-Owned Business; (4) number or years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (if available); (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers for relevant work performed during the past five years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with phone number. THIS SYNOPSIS IS FOR INFORMATION AND PLAINNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWEARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT, NOR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET-ASIDE BASED ON RESPONSES HERETO. THE APPLICABLE NAICS CODE IS 541330, WITH A SIZE STANDARD OF $23 MILLION.
- Web Link
-
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=AED20878B3157DB488256BBB0043E775&editflag=0)
- Record
- SN00078463-W 20020518/020516213318 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |