SOLICITATION NOTICE
J -- C4ISR Mission Enable Support
- Notice Date
- 7/12/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- N65236-06-R-0763
- Response Due
- 9/8/2006
- Archive Date
- 10/8/2006
- Small Business Set-Aside
- N/A
- Description
- SPAWARSYSCEN Charleston intends to issue a Request for Proposal (RFP) to procure engineering services to support the SPAWAR System Center, Charleston's (SSC Charleston's) mission to enable knowledge superiority for the Joint Warfighter through the development, acquisition and life cycle support of effective, integrated C4ISR (Command, Control, Communications, Computers, Intelligence, Surveillance, Reconnaissance), IT (Information Technology), and Space capabilities. The acquisition will be a competitive, 8(a) set-aside, multiple award contract. The contract type will be a combination of a Cost-Plus-Incentive-Fee, Cost-Plus- Fixed-Fee, and Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ), performance-based, multiple award type contract. The contract term is three- years (base year plus 2 one-year options) and the total potential value is estimated at $155.5M divided among all successful offerors. However, please note that this will be an IDIQ contract, no orders or funding above the guaranteed minimum ($100K divided equally among all successful offerors) are guaranteed. Awards will be made on a Best Value basis to 8(a) offerors that posses a cumulative amount of $750K or more in recent corporate experience relevant to the SSC Charleston C4ISR mission, have satisfactory or better past performance and offer reasonable/realistic cost and price. After award, competitive award procedures for task orders will be preferred and encouraged. However, based on the authority of FAR 6.302-5(b)(4), sole source award of task orders will be allowed. Any one company will be allowed to receive up to a cumulative value of $3M in sole source orders. After that point, companies that have reached the $3M ceiling will only be eligible for competitively processed orders. This acquisition supports emerging requirements as well as some existing and ongoing C4ISR initiatives promulgated by a variety of Navy, DOD, DHS and other organizations. Our efforts require expertise within the full range of the C4ISR program support discipline, including: Program, Project and Acquisition Management Support; Material and Equipment Procurement Support; Engineering and Testing Support; Integrated Logistics Support; Maintenance and Technical Support; Configuration Management Support; and Information Technology (IT) and Web Services Support. The places of performance include the Charleston, SC and Tidewater VA areas, and other locations worldwide where services are needed. Please note that SSCC has a need for conflict of interest free program management services. The contract Organizational Conflict of Interest Clause prohibits companies from performing program specific technical tasks influenced by program management tasking if they are already performing program management taskings on the same program. With this presolicitation notice a DRAFT RFP is issued. The government welcomes comments from industry concerning this draft RFP. All comments concerning the draft RFP are to be provided in writing to the attention of Theresa Brutsch, Code 028TB, via e-mail to Theresa.Brutsch@navy.mil.
- 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=8D71C1EBBFA8D07E882571A9005D69F5&editflag=0)
- Record
- SN01087684-W 20060714/060712221412 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |