SOURCES SOUGHT
J -- OCONUS C4ISR Systems Support
- Notice Date
- 7/11/2007
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston_MKTSVY_48FEE
- Response Due
- 7/25/2007
- Small Business Set-Aside
- N/A
- Description
- SPAWARSYSCEN, Charleston is soliciting information from potential sources for providing Worldwide C4ISR Systems Support in support of Navy, Joint, and Specified Commands. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an Indefinite-Delivery, Indefinite-Quantity, Cost Plus Fixed Fee type contract with task orders. Firms are invited to submit appropriate documentation, literature, brochures and references to support that they possess the required specialized experience and capability to meet or exceed ALL the following requirements: Services are required for OCONUS Navy and Joint Command, Control, Communications, Computer, Intelligence, Surveillance and Reconnaissance (C4ISR) systems located at worldwide shore and ship operational commands, centers and facilities. Systems include associated Enterprises, Sensors, Networks, Desktops, Servers, Routers, Communications links including the Satellite links, Internet, NIPRNET and SIPRNET, JWICS and other classified systems. The services to be provided include Enterprise Management, Configuration Management, Storage Management, Operations Management, including Local and Remote Operations, Security Management, Help Desk, Training, including formal classroom, and On- The-Job Training, Equipment and System installation, and Removal, Remedial System Support, Procurement of Replacement Equipment, Shipping, Packaging, and Transportation. For more information regarding the requirement, a draft Statement of Work (Attachment A) and Listing of OCONUS Site Listing (Attachment B) are attached. The estimated cost of this requirement is $75,000,000 over seven years. This is a follow-on requirement for Worldwide C4ISR Systems Support. The incumbent is STG, Inc., Contract Number N68786-03-C-3307. Responses shall be submitted to SPAWARSYSCEN, Charleston, Code 027CH, PO Box 190022, North Charleston, SC 29419-9022, attention Christy Hammett or by electronic mail to christy.hammett@navy.mil . FEDEX packages should be sent to: SPAWAR Systems Center Charleston, Attn: Christy Hammett, Code 027CH, 2921 Avenue B North, Building 1639, North Charleston, SC 29405-1639. Responses must include the following: (1) name and address of firm; (2) size of business; average annual revenue for past 3 years and number of employees; (3) ownership: Large, Small, Small Disadvantage, 8(a), and/ or Woman-Owned; (4) number of years in business; (5) two points of contact: name, title, phone, fax and email; (6) DUNS number and Cage Code (if available); (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers covering the past 5 years: highlight relevant work, including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number and email address. Teaming partnerships and joint ventures envisioned under FAR 52.219-27 (c) and (d) for Service- Disabled Veteran Owned Small Businesses and FAR 52.219-3 (c) and (d) for HUBZone Businesses established to meet the provisions of FAR 52.219-14 ???Limitations on Subcontracting??? should provide the information requested in items 1 through 8 above on each of the teaming partners. NOTICE REGARDING SYNOPSIS: This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any follow-up information requests. The Government reserves the right to consider a Small Business set-aside or 8(a) set-aside based on responses hereto. The applicable NAICS code is 541330, with a size standard of $25M. Closing date for response is 25 July 2007.
- 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=454AD14D5BE14A0788257315005175E0&editflag=0)
- Record
- SN01339777-W 20070713/070711224737 (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 |