SOURCES SOUGHT
58 -- Interior Communication (IC)/Integrated Voice Communications (IVCS)
- Notice Date
- 2/5/2008
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston_MKTSVY_58102
- Response Due
- 2/19/2008
- Point of Contact
- Point of Contact - Kelly Cannady, Contract Specialist, 843-218-5887
- E-Mail Address
-
Email your questions to Contract Specialist
(kelly.cannady@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SPAWARSYSCEN Charleston is soliciting information from potential sources to support the Modernization on the CG 47 and DDG 51 Classes to replace the existing Integrated Voice Communications System (IVCS), AN/STC-2(V), with a new CG/DDG Mod IVCS (CDMI). Requirements for the CDMI include all of the components required for end-to-end communications within the ship, interfaces to other shipboard systems, and to shipboard connection points with the Defense Switching Network (DSN) and the Public Switched Telephone Network (PSTN). The CDMI shall meet the same functional requirements and perform the same mission as the AN/STC-2, but will be required to support additional interfaces and shall meet interoperability requirements imposed by Public Law and Department of Defense (DoD) Instruction (DoDI) 8100.3, as defined within the DoD Voice Network Generic Switching Center Requirements (GSCR). In order to minimize installation impact on the ship, the new CDMI will be located within the same space as the existing IVCS and will interface with the ship cable plant through a Main Cross Connect Field (MCCF) designed for the CG and DDG Class. The applicable NAICS code for this effort will be 334210 with a size standard of 1,000 employees. The Government estimate for this effort is $233M. It is anticipated that a solicitation will be issued for an Indefinite-Delivery, Indefinite-Quantity, Firm-Fixed-Price type contract for a base period of one year with four one- year option periods and five award terms. Firms are invited to submit the appropriate documentation, literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. Maximum page limitation is ten (10) pages on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, via e-mail to kelly.cannady@navy.mil and must be received by 19 February 2008. Responses must include the following: (1) name, address, telephone number, email address, and CAGE code of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran- Owned and/or Service-Disabled- Veteran-Owned Business; (4) number or years in business; (5) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (6) a list of customers for relevant work performed during the past five years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with phone number. NOTE 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. This notice is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition. No reimbursement will be made for any costs associated with providing information in response to this announcement, nor any follow-up information requests. Respondents will not be notified of the results of the evaluation. Based on the analysis of the responses hereto, the Government reserves the right to consider a set- aside for one of the small business preference groups (i.e., 8(a), SDB, SDVO, etc.).
- 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=FEEE995615B958D1882573E60070810A&editflag=0)
- Record
- SN01500655-W 20080207/080205224534 (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 |