Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2009 FBO #2666
SOURCES SOUGHT

J -- N65236-08-R-0172 - Operational C2 Support Services

Notice Date
3/13/2009
 
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_6FAC2
 
Response Due
3/25/2009
 
Archive Date
4/9/2009
 
Point of Contact
Point of Contact - Joanne Banks, Contract Specialist, 843-218-5953<br />
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare SystemsCenter (SPAWARSYSCEN) Atlantic is soliciting information from potential sources for Progam Management Support (10% of the estimated level of effort), Systems Engineering Support (25% of estimated level of effort); Integrated Logistics Support (25% of estimated level of effort), Configuration and Data Management Support (20% of estimated level of effort), Direct Customer Support (10% of estimated level of effort), and Security Engineering Support (10% of estimated level of effort) for Department of the Navy (DoN), Department of Defense (DoD) and other Government Command and Control (C2) systems. The SPAWARSYSCEN Atlantic Enterprise Command and Control Division (Code 5.3.3) desires to engage in a contractual relationship with a commercial organization that possesses demonstrated experience in successfully implementing and managing best industry practices in the areas mentioned above. The challenges of this contract include integrating best commercial practices into the U.S. Governments work processes and providing a wide range of support for various C2 systems in several locations, which include Charleston, SC (80%), Norfolk, VA (10%), and Washington, DC (10%). The Government intends to contract with a company that has the required experience in order to avoid using a company which has to learn on the job through trial and error. The successful contractor must be experienced and innovative. The contractor shall provide world-class technical, engineering, and logistics operations support services for Code 5.3.3 with the goal of increasing the efficiency and effectiveness of the Division while finding innovative ways to reduce the costs of the operations. Under this contract, the varying engineering and support practices of different DoN entities and multiple levels of information from disparate geographical locations shall be consolidated into standard engineering and support practices to form a coherent solution within and across the Division. The current Code 5.3.3 business base to be supported under this contract consists, of, but is not limited to, Department of Defense (DoD), Department of Navy (DoN), Military Health Affairs (MHA), Foreign Military Sales (FMS), Department of Justice (DoJ), Federal Bureau of Investigations (FBI), Homeland Security (HLS), and other inter-agency programs. The required support services encompass the areas shown in the DRAFT Performance Work Statement (PWS) included as Attachment (1). THIS NOTICE IS FOR PLANNING PURPOSES ONLY. It is anticipated that a Solicitation (for a base year plus four (4) one-year options periods, consisting of an estimated total of 901,178 hours) will be issued for an Indefinite Delivery/Indefinite Quantity, Cost Plus Fixed Fee (CPFF), Performance-Based type contract. Specific assignment is to be identified through individual task/delivery orders. Firms are invited to submit the appropriate documentation, literature, brochures, and references necessary to support that they possess the required specialized experience in the categories/subcategories mentioned above and in the attached draft PWS. The data submitted shall be limited to no more that twelve (12) pages and shall be prepared in a font size of at least 10 pitch. Responses shall be submitted IN WRITING via e-mail to SPAWARSYSCEN Atlantic, Code 2.2.5.3JB, Joanne Banks, at joanne.banks@navy.mil. Responses shall include the following information: (1) name and address of the Firm; (2) size of business: including number of employees and average annual revenue for the past three years; (3) ownership: indicating whether: Large or Small, Small Disadvantaged, 8(a), HUB Zone, Woman Owned, Minority Owned, Veteran Owned, Service-Disabled Veteran Owned Business, (4) number of years in business; (5) number of years of specialized experience in areas required by PWS (6) two points of contact, including: name, title, phone, and e-mail address; (7) DUNS number (if applicable); (8) affiliate information, including: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractor(s) (potential prime); (9) 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. The summary must include an identification of how the experience ties to the categories/sub-categories noted above; (10) a statement concerning the companys registration status in the Contractor Central registration (CCR). NOTICE REGARDING SYNOPSIS: THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IN NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH THE PROVISION OF THE INFORMATION REQUESTED IN RESPONSE TO THIS ANNOUNCEMENT, NOR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF ANY EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET-ASIDE BASED ON THE RESPONSES HERETO. The NAICS applicable to this announcement is 541330 with an associated size standard of $25 million. The closing date for responses to this announcement is 15:00 EDT 25 March 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0318a9c63920f7a1c622fe363e46e3f7&tab=core&_cview=1)
 
Record
SN01768709-W 20090315/090313215510-0318a9c63920f7a1c622fe363e46e3f7 (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.