Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2005 FBO #1321
MODIFICATION

D -- DOD- Public Private Competition of Operations & Maintenance of Communications Sys performed by DoN, NAVSOC - INDUSTY FORUM NOTICE

Notice Date
7/7/2005
 
Notice Type
Modification
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NFEC Southwest, Strategic Sourcing Acquisition Center of Excellence, Attn: Code COE11 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N62467-05-R-0139
 
Response Due
7/14/2005
 
Description
Updated 7-7-05........This is Sources Sought notice. The Strategic Sourcing Acquisition Center of Excellence (SSACOE), Naval Facilities Engineering Command (SSACOE, NAVFACENGCOM), San Diego site, is hereby soliciting interested Industry representatives to participate in an Industry Forum scheduled for July 20th, 2005, from 9:00 A.M. to 12:00 P.M., Pacific Daylight Time. The intent of the Industry Forum is to receive Industry input on common business practices for the subject services, contract structure and any perceived impediments to a successful A-76 competition. This notice is also soliciting information for potential sources to determine unrestricted or set-aside status for a multi-function study for the Naval Satellite Operations Center (NAVSOC), Headquarters, Point Mugu, CA. For the Industry Forum, government representatives are currently scheduled to provide briefings on the following tentative topics: (1) Competitive Sourcing (A-76) Overview for a Standard Competition (2) SSACOE overview; (3) Naval Satellite Operations Center, (NAVSOC), Pt. Mugu Overview (4) Performance Work Statement (PWS) Overview (5) Contracting Methodology and (6) Question/Answer Session. The functions under study and the locations are as follows: Satellite Operations Support Services: a.) Fleet Communications ? Point Mugu, CA and Prospect Harbor, ME; b.) Satellite Operations ? Point Mugu, CA, Prospect Harbor, ME, Finegayan, Guam, and Colorado Springs, CO; c.) Satellite Engineering ? Point Mugu, CA and Colorado Springs, CO; d. Ground Systems Infrastructure ? Point Mugu and Laguna Peak, CA, Prospect Harbor, ME, Finegayan, Guam, and Colorado Springs, CO; e.) Configuration Management ? Point Mugu, CA, Prospect Harbor, ME, Finegayan, Guam, and Colorado Springs, CO; f.) Information Assurance ? Point Mugu, CA, Prospect Harbor, ME, Finegayan, Guam, and Colorado Springs, CO (2) Administrative Support Services: a.) Training ? Point Mugu, CA; b.) Personnel Support Services ? Point Mugu, CA; c.) Travel Services ? Point Mugu, CA and Prospect Harbor, ME; d.) Administrative Services ? Point Mugu, CA and Prospect Harbor, ME; e.) Security Administration and Access Control ? Point Mugu, CA, Prospect Harbor, ME, and Finegayan, Guam; f.) Information Services ? Point Mugu, CA, and Prospect Harbor, ME; (3) Logistics Support Services: a.) Budget ? Point Mugu, CA; b.) Procurement Related Services ? Point Mugu, CA; c.) Supply Support ? Point Mugu, CA, Prospect Harbor, ME, Finegayan, Guam and Colorado Springs, CO; d.) Facilities Services ? Point Mugu, CA, Laguna Peak, CA, Prospect Harbor, ME and Finegayan, Guam. Approximately 83 Full Time Equivalent positions are affected by this study. Those interested in attending the Industry Forum must e-mail a request to Samantha Darella at Samantha.darella@navy.mil, no later than 14 July 2005. The request must include the company name, address, phone number, fax number, e-mail address, business status (small business or large business), company role (prime or subcontractor), list of attendees, and proposed topics for discussion. Once the requested information is received, directions to the forum will be provided. Industry representatives are encouraged to provide comments regarding how the Government can best package the work for the solicitation to achieve maximum savings and value. All comments and questions must be e-mailed to Samantha Darella at the e-mail address referenced above by 14 July 2005. It is preferred that all comments regarding the draft 80% PWS be received by 14 July 2005, however, the government will continue to accept comments on the documents posted on the ESOL website until 28 July 2005. The ?draft? 80% PWS and technical exhibits are available electronically on our website at http://esol.navfac.navy.mil. The solicitation number is N62467-05-R-0139 (formerly referenced in FEDBIZ OPS as NC20030816). A draft solicitation is also available for review. If you are unable to access the referenced website, please call Samantha Darella at (619) 532-3758. ......................This notice is also soliciting information to determine unrestricted or set-aside status. This portion of the synopsis is for informational and planning purposes only. All information submitted is at the offeror?s own expense. Respondents will not be contacted regarding their submission or information gathered for this portion of the notice. The Government reserves the right to consider a small business set-aside based upon the responses received. The contract performance period is anticipated to be five years and 4 months, including a one four-month base period and five (5) twelve-month option years. A performance-based combination firm fixed price, indefinite delivery indefinite quantity contract is anticipated. The North American Industry Classification System (NAICS) code is 517410. The applicable size standard for NAICS code 517410 is $12.5 million. Interested sources should provide a letter of interest no later than 21 July 2004, via e-mail in Microsoft Word format to: Samantha.darella@navy.mil and cassey.Sheppard@navy.mil . The letter if interest should include the following: 1) Name and address of the firm 2) Size of business (including annual revenue for NAICS code 517410 and annual revenue for entire business) and total number of employees 3) Ownership 4) Year firm established 5) Names of two principals to contact, including title and telephone number 6) Description of previous experience that relates to this requirement. Please include pertinent information for on-going contracts or contracts completed within the last five years under NAICS Code 517410. Pertinent information is: A. Name of Contracting Activity B. Contract Number C. Contract Type (FFP, Cost, IDIQ or Combination) D. Period of Performance and Total Contract Value E. If Subcontractor, portion of Contract Value for which firm self performed F. Summary of contract work G. Contracting Officer name and current telephone number H. Contracting Officer?s Technical Representative (name and current telephone number) I. List of major Subcontractors including name, address, and telephone number of primary point of contact J. If a Subcontractor, name of Prime contractor including name, address, and telephone number of primary point of contact 7) Small businesses who do not have the requisite experience to manage a service contract similar to the requirements identified herein are encouraged to address possible teaming arrangements with other businesses that, together, would demonstrate the potential to perform a contract of this size and complexity. Note: A contract will not be awarded unless the costs of contracting are lower than the costs of continued Government performance by the minimum cost differential. The minimum cost differential is the lesser of: (1) ten percent of the personnel costs in the government?s In House Cost Estimate (IHCE) or (2) $10,000,000 over the performance period. Government personnel adversely affected by conversion of Government performed services to contract have Right of First Refusal for jobs for which they are qualified.
 
Place of Performance
Address: Naval Satellite Operations Center, 661 13th St., Building 375, Point Mugu, CA.
Zip Code: 93042
Country: United States
 
Record
SN00843177-W 20050709/050707212419 (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.