SOURCES SOUGHT
R -- Alarm Systems and Critical Assets Monitoring
- Notice Date
- 2/3/2003
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston MKTSVY 24142
- Point of Contact
- Point of Contact - Janet Shirey, Contract Specialist, 843-218-5940
- E-Mail Address
-
Email your questions to Contract Specialist
(shireyj@spawar.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION: This is a request for information. The Space and Naval Warfare Systems Center ? Charleston (SPAWARSYSCEN ? Charleston) is soliciting information from potential small business sources for alarm system and critical assets monitoring. The alarm system and assets include SPAWARSYSCEN Charleston restricted areas and intelligence facilities such as the Information Security, Computer Security, Industrial Security, and Personnel Security. The period of performance will for a 12-month base period and four one-year options, with an anticipated level of effort of 19,600 hours per year. This notice is for planning purposes only. If satisfactory responses are received, a solicitation may be issued for a firm fixed price type contract. Small business firms are invited to submit appropriate documentation, literature, brochures, and references that support their possession of the required specialized experience with the above systems, and their capabilities necessary to meet or exceed stated requirements. Responses shall be submitted to SPAWARSYSCEN, Charleston, Code 0216SJ, P.O. Box 190022, North Charleston, SC 29419-9022, or by electronic mail to janet.shirey@navy.mil. (Request that name of firm be stated in subject line of e-mail message). Responses must include the following: 1) name and address of firm; (2) size of business: average annual revenue for past three years and number of employees; (3) ownership: Large, Small, Small Disadvantaged, 8(a), and/or Woman-Owned; (4) number of years in business; (5) technical capability; (6) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (7) a list of customers covering the past 5 years; highlight 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. 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 AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER ALL SMALL BUSINESS PROGRAMS INCLUDING 8(A) OR HUBZONE SMALL BUSINESSES BASED ON RESPONSES HERETO. THE APPLICABLE NAICS CODE IS 561621 WITH A SIZE STANDARD OF $10.5 MILLION IN ANNUAL RECEIPTS. CLOSING DATE FOR RESPONSES IS 14 February 2003.
- 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=D66D3FE8F402F3E088256CC2004A3A7A&editflag=0)
- Record
- SN00252330-W 20030205/030203213839 (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 |