SOURCES SOUGHT
R -- Systems Engineering and Technical Services
- Notice Date
- 8/2/2005
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston_MKTSVY_2B8D2
- Response Due
- 8/16/2005
- Small Business Set-Aside
- N/A
- Description
- The Space and Naval Warfare Systems Center, Charleston (SPAWARSYSCEN, Charleston) is soliciting information from potential sources for systems engineering and technical services to provide Aircraft (commercial and military) Communication Integration; Airborne communication systems support; Roll-On Mobile communications and electronics shelters for aircraft platforms; design, integration, testing, installation, certification, sensors and elements of the Logistics Support Master Plan/Life Cycle requirements support for Joint Programs and Services related to Command, Control, Communications, Computers, and Intelligence (C4I) systems, subsystems and equipment. The systems integration and technical support services to be provided will be in support of SPAWARSYSCEN Charleston, and will be used to support task and program areas including, but not limited to the: World Wide Combatant Commander (EUCOM, PACOM, JFCOM, CENTCOM, SOCOM) structures, Joint Special Operations Command programs, projects and services, Homeland Security Initiatives, Joint Modeling and Simulation (M&S), SPAWARSYSCEN Charleston supported efforts in Fayetteville, NC, other headquarter and component elements both CONUS and OCONUS. In addition, Specialty Systems, Technical and Logistical support services will be provided to the United States Special Operations Command (USSOCOM) Center For Acquisition and Logistics (SOAL) Program Manager for Command, Control, Communications, Computers (C4I), for SOF ???Unique??? programs. The Contractor???s capabilities must include the ability to provide: 1. Integrated logistic support (ILS) for C4I and Communications Electronics systems; vehicle Integration - Command and Control systems and communications vehicles development, production, and support; Storefront operations ??? Depot repair and lifecycle sustainment; Forward supply staging- Spares and war Readiness Spares Kits (WRSK); Component Manufacture and repair of Line Replaceable Units 2. Production and support of enhanced Vision systems, concealed weapons detection systems and the back haul communication systems in support of these systems. 3. Provision of aircraft landing systems test and instrumentation; Target Systems Test and Training support; Counter-IED research, development and fielding; and Integration of wireless systems into test and training ranges. 4. Modification and integration of Aircraft and aircraft systems; and installation, integration and support of Communications, Sensors, and Electronics systems for a variety of military and commercial aircraft. 5. Provision of research, development, integration, and training in support of a variety of ISR platforms including design, manufacture and integration of ISR equipment into a variety of platforms, including Surrogate Unmanned aerial vehicles, and Airships. 6. Development, integration, test and production of wireless enabled ruggedized computers; including integration, testing and support ruggedized portable secure (Type one encryption) and protected (commercial encryption) wireless networks for harsh environments. 7. Communication and Electronics Shelter Integration for aircraft (commercial and military) use; development, integration and support of Airborne communications systems; Provision and Integration of C2 and ISR equipment into deployable equipment; development and production of Roll-On Mobile communications and electronics shelters for aircraft platforms, and integrate multi-fusion sensor and detection equipment into aircraft systems. A one year Firm Fixed Price, Indefinite Delivery/Indefinite Quantity type contract is anticipated. The NAICS Code is 541330 and the applicable size standard is $23 Million. NO SOLICITATION WILL BE MADE AVAILABE AS A RESULT OF THIS ANNOUNCEMENT. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Any firm that believes it can meet these requirements may give written notification to the individual identified below. Supporting evidence to include appropriate documentation, literature and references must be furnished in sufficient detail to demonstrate the high level of proficiency required to comply with the above requirements. This documentation shall include: 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), Woman-Owned, Veteran Owned, and/or Service Disabled Veteran 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 performed including a summary of work performed that substantiates the ability to meet the requirements described herein along with, contract numbers, contract types, dollar value for each contract referenced, and a customer point of contact, including phone number. The data submitted shall be limited to no more than five (5) pages. Comments and/or responses shall be submitted via e-mail to SPAWARSYSCEN Charleston, Code 0215BY, Brenda Yopp at: Brenda.yopp@navy.mil. Any response to this announcement must be received no later than 14:00 EST 12 August 2005. All responses will be evaluated; however, a determination by the Government not to compete the proposed action is solely within the discretion of the Government.
- 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=D34B37767C99D8C588257051005F4DEB&editflag=0)
- Record
- SN00860697-W 20050804/050802212848 (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 |