Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2004 FBO #0916
SOURCES SOUGHT

J -- Anti-Terrorism Force Protection Analysis, Studies, Exercise, and Training Support Services

Notice Date
5/28/2004
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_1DCA6
 
Response Due
6/11/2004
 
Point of Contact
Point of Contact - Donna Johnson, Contract Specialist, 843-218-5931
 
E-Mail Address
Email your questions to Contract Specialist
(donna.johnson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center (SPAWARSYSCEN) Charleston (Code 50 - Communication Systems Department; Code 60 - Command and Control Systems Department; and Code 70 - Intelligence and Information Warfare Systems Engineering Department) is soliciting information from potential sources to provide highly specialized expertise located in hostile regions in support of U.S. tactical and strategic forces emphasizing the Joint Special Operations Mission. Potential sources MUST have demonstrated expertise and proven abilities in the areas of chemical, biological, radiological, nuclear, and explosive weapons of mass destruction analysis, engineering, training and exercise support, integration, test/evaluation, and procurement of a wide variety of highly advanced systems. In addition, demonstrated expertise and proven abilities in program management; analysis, modeling and simulation; and engineering including specialized areas detailed in the DRAFT Statement of Work (SOW) included as Attachment (1) are required. THIS NOTICE IS FOR PLANNING PURPOSES ONLY. It is anticipated that a Solicitation (estimated amount $300 million for a base year plus four option years) will be issued for an Indefinite Quantity/Indefinite Delivery, Cost Plus Fixed-Fee (CPFF) contract. Specific assignment is to be identified through individual Task/Delivery orders. Firms are invited to submit the appropriate documentation, literature and references necessary to establish the high level of proficiency required to support the stated requirement in the draft SOW. This documentation shall include: contract numbers, contract types, dollar value for each contract referenced, summary of work performed, as well as a customer point of contact, including phone number, for relevant work performed during the past five years that substantiates the ability to meet the requirements outlined in the Draft SOW. The data submitted shall be limited to no more that five (5) pages and shall be prepared in a font size of at least 10 pitch. Responses shall be submitted IN WRITING via e-mail to SPAWARSYSCEN Charleston, Code 0217DJ, Donna Johnson, at donna.johnson@navy.mil or via fax (843) 218-5963. Responses shall include the following information: (1) name and address of the Firm; (2) size of business: including number of employees and average annual revenue for the past three years; (3) ownership: indicating whether: Large or Small, Small Disadvantaged, 8(a), HUB Zone, Woman Owned, Minority Owned, Veteran Owned, Service-Disabled Veteran Owned Business, (4) number of years in business; (5) number of years of specialized experience in areas required by SOW (6) two points of contact, including: name, title, phone, and e-mail address; (7) DUNS number (if applicable); (8) affiliate information, including: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractor(s) (potential prime). There is no page limitation on submissions for Items (1) through (8). THIS ANNOUNCEMENT IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IN NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH THE PROVISION OF THE INFORMATION REQUESTED IN RESPONSE TO THIS ANNOUNCEMENT, NOR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF ANY EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET-ASIDE BASED ON THE RESPONSES HERETO. The NAICS applicable to this announcement is 541330 with an associated size standard of $23 Million. The Closing date for responses to this announcement is 15:00 EST 11 June 2004.
 
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=413FB1ABF596D83188256EA20053A0BF&editflag=0)
 
Record
SN00594707-W 20040530/040528212420 (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 |
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.