SOURCES SOUGHT
R -- Combined Test Bed (CTB) development operation and maintenance support services.
- Notice Date
- 12/3/2007
- Notice Type
- Sources Sought
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- SSC-San_Diego_MKTSVY_5590A
- Response Due
- 12/17/2007
- Point of Contact
- Point of Contact - Rezzan A Erten, Contract Specialist, 619-553-5764
- E-Mail Address
-
Email your questions to Contract Specialist
(rezzan.erten@navy.mil)
- Small Business Set-Aside
- Total Small Disadvantage Business
- Description
- This procurement will be 100% 8(a) Set-Aside: The Space and Naval Warfare Systems Center, San Diego (SSC SD), Code 535, is seeking only 8a firms that can provide the required efforts for Combined Test Bed (CTB) development operation and maintenance support services; including efforts for supporting laboratory equipment, including but not limited to Joint Tactical Information Distribution System (JTIDS), Multifunctional Information Distribution System (MIDS), and AEGIS systems and equipment. The effort also includes supporting equipment or software provided for use with U.S. military Tactical Data Link (TDL) communications. A draft copy of the entire Statement of Work (SOW) can be reviewed at https://e-commerce.spawar.navy.mil/. SSC SD intends to issue a competitive solicitation for this effort around late- January with the intent to award a single contract. The solicitation will utilize an indefinite delivery, indefinite quantity type contract with a Cost-Plus- Fixed-Fee (CPFF) pricing arrangement over a potential eight-year period of performance. The period of performance for the proposed Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract will be for a base period of 1-year, one 4-year option, and a three year award term based on the 4th year performance. Task orders will define the period of performance for the individual technical efforts, and both Completion and Level-of-Effort task orders will be utilized. The estimated level of effort is 91,520 man- hours per year for each of 8 years for a grand total of 732,160 man-hours. The NAICS code is 541330 Engineering Services. Successful Offerors must maintain facility and personnel security clearances at the Secret level. The purpose of this announcement is to determine if sufficient 8(a) sources exist for this set-aside. Interested firms must respond to this announcement and provide the following information in a cover letter: (1) information about their business size status, (2) proof that they are 8 (a) certified and (3) a statement that they have the capacity to comply with FAR 52.219-14. In addition to the cover letter, interested sources are required to describe the relevance of their experience as it relates to the SOW, as follows: (a) submit not more than four pages to explain the relevance of your experience in the past four years with the projects, programs, and tasks identified in the SOW part 1 and 2; (b) submit not more than four additional pages to explain the relevance of your experience in the past four years with the requirements identified in SOW part 3.0 and related sub-parts. Submissions shall not exceed 9 pages in length, including the cover letter. The deadline for the submission of all information is December 17, 2007 at 10:00AM, Pacific Time. All information shall be submitted electronically the SPAWAR e-commerce central website at https://e-commerce.spawar.navy.mil. A determination as to whether this procurement will be set-aside for 8(a) concerns will be based upon responses received to this announcement. SSC SD reserves the right to not evaluate submissions that do not comply with the instructions of this announcement. Questions pertaining to this announcement may be directed to SSC SD POC, Rezzan A. Erten, Contract Specialist, via e-mail at Rezzan.Erten@navy.mil.
- 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=1C620B1FB87A464F882573A60067B286&editflag=0)
- Record
- SN01462347-W 20071205/071203230140 (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 |