SOLICITATION NOTICE
J -- Integrated Voice Communications System (IVCS) Support Services
- Notice Date
- 5/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-07-R-0093
- Response Due
- 9/14/2007
- Archive Date
- 10/14/2007
- Small Business Set-Aside
- N/A
- Description
- The Space and Naval Warfare Systems Center San Diego (SSC San Diego) ??? Integrated Voice Communications Systems (IVCS) Branch, Code 2633 is seeking sources that can provide services for the design, redesign, installation and maintenance of electronic equipment and systems. A large portion of the primary support includes the in-service maintenance and upgrading of the interior communications software programs. Required technical support also includes development, maintenance, and installation of management support software and databases; development, maintenance and initial presentation for training curricula associated with those assigned equipments or systems; generation and maintenance of technical documentation; and performance of verification and validation tasks. Typical systems include, AN/STC-2(V) Integrated Voice Communications System, Ship Service Telephone System (SSTS) equipment to include, Integrated Voice Communication Network (IVCN), Integrated Voice Network (IVN), Avaya Definity 75, Avaya S8700, and other SSTS systems expected in the future. The non-SSTS equipment includes AN/SRC53(V) Damage Control Wire-Free Communications (DC-WIFCOM) and AN/SRC-55(V) Hierarchical Yet Dynamic Radio Architecture (HYDRA) versions I and II, Spectralink Wire-Free Personal Communications Systems, and other non-SSTS systems expected in the future. The scope of the contemplated effort will include systems engineering, integration, testing, technical services, and management services. A "DRAFT" Statement of Work (SOW) can be reviewed at https://e- commerce.spawar.navy.mil. This procurement is anticipated to be an indefinite quantity indefinite delivery (ID/IQ). SSC-SD anticipates issuing a solicitation for a base year with four one-year options. A minimum guarantee applies to the base period. There is no minimum guarantee on the option years. The estimated level of effort for the total requirement is approximately 175,000 man-hours. The North American Industry Classification System (NAICS) Code is 541330, Small Business Size Standard $25 Million. The purpose of this pre-solicitation notice is to locate and identify qualified small business sources to determine if sources exist for a small business set aside. Interested SB firms are invited to respond to this sources sought announcement by providing an information statement (NTE ten (10) pages not inclusive of the cover page) that summarizes relevant experience, knowledge, and capabilities as described below. Respondents shall provide information related to contracts where the respondent was materially involved at a comparable level of effort. The respondents information statement shall provide: (1) information about their business size status (i.e., small, small disadvantaged, woman-owned small, HUBZone small, veteran-owned small, 8(a), etc.; (2) a statement that they have the capacity to conform to FAR Clause 52.219-14 Limitations on Subcontracting, and (3) summarizes experience and knowledge as it relates to the scope of the technical activities in the identified technical areas listed in the "DRAFT" Statement of Work located at https://e- commerce.spawar.navy.mil. Specifically, the respondents shall address their experience and knowledge in the following six (6) areas as it relates to the scope of the Draft SOW: (1) Software/Hardware integration and production; (2) System training; (3) System/Software engineering and maintenance; (4) Software, system or server installations; (5) Test, evaluation, and certification; (6) Software development process and documentation. If the respondent does not have experience in working with the systems listed then the experience must be sufficiently described to allow for an assessment of relevancy. A determination as to whether this acquisition will be a set-aside or full and open competition will be based upon responses to this notice. The deadline for submission of capability information is June 6, 2007 by 3:00 PM Pacific Time. Capability information is to be submitted via electronic transmission to the SPAWAR E-Commerce Central website. The URL for the SPAWAR E-Commerce Central is https://e-commerce.spawar.navy.mil. First time users of this site are encouraged to access the link titled "Read Me First!", and then register through the link titled "Submitting a Proposal?". SSC San Diego may not evaluate offeror submissions that do not comply with the submission instructions. SSC San Diego will evaluate all offeror submissions that comply with the submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work envisioned in the Draft SOW. Each respondent to this notice will be notified in writing of the set-aside or unrestricted decision made for this procurement. Please direct any question to Matthew Fleming (matthew.fleming@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=98A518C5BEA4336B882572E400550E1A&editflag=0)
- Record
- SN01301759-W 20070525/070523230542 (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 |