Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
SOURCES SOUGHT

A -- Education Institution Support Services, REFERENCE NO: N65236-09-R-0001

Notice Date
2/18/2009
 
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-Atlantic_MKTSVY_6DA46
 
Response Due
3/4/2009
 
Archive Date
3/19/2009
 
Point of Contact
Point of Contact - Paula Somers, Contract Specialist, 843-218-5976<br />
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare SystemsCenter, Atlantic (SSC-LANT) is soliciting information from undergraduate and graduate students and faculty from geographically located educational institutions to provide analytical and technical services to support research and development efforts. This effort shall support the Advanced Research and Development projects on behalf of multiple customers in the Mid-Atlantic and South East regions to include, but not limited to, the SSC LANT and its customers. These support services shall include, but not limited to, the following areas of studies: Physics, Mathematics, Computer Science and Engineering, Computer Hardware Engineering, Embedded Systems, Clothing & Materials, Communications, and services architectures. The primary places of performance shall be at the institutions of higher learnings campus located within a 300-mile radius from SSC LANTs major facilities in Charleston, SC, Norfolk, VA, and New Orleans, LA. The educational institution will be tasked to accomplish the work in various areas of studies as specified the Performance Work Statement (PWS)/Statement of Work (SOW). Divided into the following tasks, the services shall be performed either singly or in combination as specified in accordance with individual task orders. A copy of the Draft SOW/PWS is posted at the SPAWARSYSCEN Atlantic E- Commerce Business Opportunity webpage at https://e- commerce.sscno.nmci.navy.mil/. 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. There is a limitation of five (5) pages on data submitted. Responses shall be submitted by e-mail to Ms. Paula Somers, Contracts Specialist, Code 22580PS, at paula.somers@navy.mil. Capability Responses must include all of the following information: (1) name and address of firm; (2) size of business, including; total annual revenue, by year, for the past three years and number of employees; (3) ownership, including 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) two points of contact, including: name, title, phone, fax, and e-mail address; (6) Cage code, DUNS Number (if available), NAICS code; (7) affiliate information, including parent corporation, joint venture partners, potenntial teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers for relevant work performed in the past five (5) years, including the following: (i) a summary of work performed, (ii) contract numbers, (iii) contract type, (iv) dollar value for each contract referenced, how the work demonstrates capability to perform percentages stated in number eight, and (v) a customer point of contact with valid phone number (this information is required to verify offerors performance; the government may contact any reference for further validation.); (9) statement that the contractor has or does not have an approved accounting system as defined in the Federal Acquisition Regulation (FAR); (10) list in miles the estimated direct distance from the main campus to the following SSC- LANT facilities: (1) Charleston, SC located at 1 Innovation Drive, Hanahan, South Carolina 29406; (2) Norfolk, VA located at 1837 Morris Street Norfolk, VA 23511; and (3) New Orleans, LA located at 2251 Lakeshore Drive, New Orleans, LA 70145-0001. (11) list all programs that are accredited by the Accreditation Board of Engineering and Technology (ABET). 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. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will be notified of the results of this evaluation. The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (i.e., 8(a), SDB, SDVO, etc.). The applicable NAICS code is 541712with a size standard of 500 employees. The Government estimate for this effort is $25M. Contractor must submit their response via email by 1400 hours, March 4, 2009. We anticipate this being an Indefinite Delivery/Indefinite Quantity (IDIQ), Cost Plus Fixed Fee (CPFF) type contract for a period of performance not to exceed five (5) years (base year plus four one-year options). In addition, multiple awards, depending on responses to the RFP, will be made. This is a new initiative, therefore there are no incumbents. Please reference No. 09R0001 when responding to this posting. Within a reasonable time for evaluation of responses SSC-Atlantic will post the procurement decision on e-commerce and FEDBIZOPS and send an email response to individual companies that responded.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=33c0f5a310cfad35d8841eb7c26052d0&tab=core&_cview=1)
 
Place of Performance
Address: One Innovation Drive , N Charleston SC<br />
Zip Code: 29456<br />
 
Record
SN01752878-W 20090220/090218221013-33c0f5a310cfad35d8841eb7c26052d0 (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.