Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2008 FBO #2399
SOURCES SOUGHT

58 -- Dual Mode SATCOM On-The-Move (OTM) Antenna

Notice Date
6/19/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_5F5C6
 
Response Due
6/26/2008
 
Archive Date
7/11/2008
 
Point of Contact
Point of Contact - Calvin L Howard, Contract Specialist, 843-218-5941
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare SystemsCenter (SPAWARSYSCEN), Charleston, is soliciting information from potential sources to provide the following: Dual Mode SATCOM On-The-Move (OTM) Antenna. The dual mode SATCOM On-The-Move (OTM) antenna shall operate as a UHF Line of Sight (LOS) and UHF SATCOM Antenna. The antenna shall be designed for high- speed SATCOM-On-The-Move (SOTM) operations. The Antenna shall be able to with stand the weight of a 5th to 95th percentile Marine by inadvertently stepping on it without failure. The Antenna shall be designed in a manner to mitigate obstruction or impediment as a result of contact from over hanging objects. The antenna shall meet the parameters in Table 1, attached. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for a Firm- Fixed-Price, Commercial type procurement issued under FAR Part 13.5. Firms are invited to submit any literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. For estimating purposes, a rough estimate of pricing is requested. There is a page limit of five (5) on data submitted. Responses shall be submitted via e-mail to SPAWARSYSCEN, Charleston, Calvin L. Howard, at calvin.howard@navy.mil Code 2.2.3CH. (Request that name of firm be stated in subject line of e-mail message). All Responses must include the following: (1) name and address of firm; (2) size of business: average annual revenue for past three years and number of employees; (3) ownership: Large, Small, Small Disadvantaged, 8(a), and/or Woman- Owned; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (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 3 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. 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. This market survey is for information and planning purposes 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 resulting solicitation for the requirement. Government reserves the right to consider a set- aside for one of the small business preference groups (i.e., 8(a), SDB, SDVO, etc..). The applicable NAICS code is 334220 with a size standard of 750 employees. Closing date for responses is 26 June 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=522e9a6c2030098e933edd5eaef509a6&tab=core&_cview=1)
 
Record
SN01596965-W 20080621/080619221311-522e9a6c2030098e933edd5eaef509a6 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.