SOLICITATION NOTICE
R -- SPAWARINFOTECHCEN SETA Services
- Notice Date
- 11/17/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- 2251 Lakeshore Dr., New Orleans LA 70145-0001
- ZIP Code
- 70145-0001
- Solicitation Number
- N69250-04-R-0300
- Response Due
- 1/31/2005
- Archive Date
- 3/2/2005
- Small Business Set-Aside
- Total Small Business
- Description
- Presolicitation announcement The Space and Naval Warfare Systems Center New Orleans (SSC NOLA) intends to issue a Request for Proposal (RFP) for the award of an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract for Systems Engineering and Technical Assistance (SETA) services in support of SSC NOLA. These services will take place on site at SSC NOLA's facility in New Orleans, LA. SSC NOLA intends to contract for these services using a performance-based statement of work. The SETA Services will be a follow-on to Contract Number GS07T00BGD0070 and released as a small business set-aside with a best value source selection. The Government anticipates this procurement will result in a single award. The contract will be an IDIQ type contract with fixed price award fee and cost plus award fee line items, with a base year plus four one-year options. This procurement is planned for an award in the third quarter of FY05. The contract resulting from this procurement will cover Systems Engineering Technical Assistance Functions such as: Investment Management (Economic Analysis, Planning/Tracking, Investment Management), Program Management (Program Strategy/Planning, Program Coordination), Program Support (Risk Management, Program Acquisition Planning), Integration Management (Application Framework, Asset Integration, Data Analysis, Interface Management), Requirements Management (Requirements Definition, Requirements Analysis, Requirement Assurance, Modeling, Business Process Reengineering (BPR)), Architecture (Systems Architecture Definition, , Systems Architecture Design, Development/Test Facilities Design and Definition, Systems Architecture Security, Standards and Reuse, Technical Pilots), Legacy sustainment, Legacy Server Support, Production Control, Database Support, and Acquisition Logistics. The estimated period of performance includes a base period of one year plus four one year options beginning 01 October 2005 through 30 September 2010. The estimated level of effort is 900,000 hours for the base year and 900,000 hours in each of the four option years, for a total estimate of 4,500,000 hours over the five year period. This acquisition is being offered for competition limited to eligible small businesses that qualify under NAICS code 54151 with a size standard of $21 million dollars. The size standard is further defined as a business, including its affiliates, averaging no more than $21 million dollars in annual receipts. Annual receipts of a concern which has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Please refer to FAR Part 19 for additional requirements that must be met. The FAR is available at http://web2.deskbook.osd.mil/default.asp. Because of the size of this procurement, small businesses interested in bidding on this procurement are encouraged to entertain a joint venture. Information on joint ventures is provided at 13.CFR121.103. Please note that a large business is only acceptable as a joint venturer on this solicitation with an SBA approved Mentor Prot?g? Agreement. Interested offerors are encouraged to subscribe to this solicitation at the SPAWAR link below (SPAWAR E-Commerce Central). Notification of the release of important solicitation documents will be made automatically to subscribers. Solicitation documents will only be available via SPAWAR E-Commerce Central under "Future Opportunities" and then under "Open Solicitations" once the official RFP has been released. No other notice will appear in the FEDBIZOPS. A list of everyone who subscribes to this solicitation is available under the solicitation number and click on "bidder's list." The URL for the SPAWAR E-Commerce Central is https://e-commerce.spawar.navy.mil/. A draft Statement of Work is posted at https://e-commerce.spawar.navy.mil, click on SITC New Orleans; then click on Future Opportunities and then on solicitation number N69250-05-R-0300. SSC NOLA is planning an industry day on 7 December 2004 at the SSC NOLA facility. This is a follow-up to the industry day that was conducted on 11 October 2004. For more information on Industry Day, please check the SPAWAR E-Commerce website. Industry input, comments, and questions are very important to the government, and to the entire solicitation process. Interested vendors may submit comments/questions to Moira Eiserloh at the following E-Mail address: moira.eiserloh@navy.mil. Questions/comments shall NOT contain any information considered proprietary. SPAWAR will consider the questions/comments in the development of the final RFP. If you are interested in attending industry day, please forward an e-mail to Ms. Eiserloh with your company's name and a list of the attendees.
- Web Link
-
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=0B7804D28DC7D57988256F04007B7F73&editflag=0)
- Place of Performance
- Address: SPAWARINFOTECHCEN 2251 Lakeshore Dr., New Orleans LA
- Zip Code: 70145
- Country: USA
- Zip Code: 70145
- Record
- SN00709650-W 20041119/041117212237 (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 |