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

58 -- DCMCS Terminal Repair and Maintenance

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_6F9CA
 
Response Due
3/30/2009
 
Archive Date
4/14/2009
 
Point of Contact
Point of Contact - Joanne White, Contract Specialist, 843-218-5935<br />
 
Small Business Set-Aside
N/A
 
Description
This is notice of the Governmentsintent to negotiate a Sole Source contract, in accordance with FAR 6.302- 1, with L-3 Communication Systems West, 640 N 2200 W, Salt Lake City, UT for the repair and maintenance of the Deployable Multi-Channel Satcom (DMCS) terminals and IP Baseband Interface Modules (BIMs) currently used by SOCOM for satellite communications and the PSYOP program. These terminals and IP BIMS are delivered with a 12 month warranty from the date of acceptance by the government; however, most of these items are now out of warranty. This requirement will be fulfilled via a sole source contract issued to L3-CSW, the designer and manufacturer of the DMCS terminal and the IP Baseband Interface Module. In order to adequately maintain these systems, keep them in the required state of readiness for ongoing missions, SPAWARSYSCEN Atlantic requires a Firm-Fixed Price Indefinite- Delivery/Indefinite-Quantity type contract estimated at $8,000,0000.00 with a one year base period and four one year option periods is anticipated. The NAICS Code is 334220 and the applicable size standard is 750 employees. NO SOLICITATION WILL BE MADE AVAILABLE AS A RESULT OF THIS ANNOUNCEMENT. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Any firm that believes it can meet these requirements may give written notification to the individual identified below. Supporting evidence to include appropriate documentation, literature and references must be furnished in sufficient detail to demonstrate the high level of proficiency required to comply with the exact requirements shown above. This documentation shall include: contract numbers, contract types, dollar value for each contract referenced, summary of work performed as well as a customer point of contact, including phone number, for relevant work performed during the past five years that substantiates the ability to meet this requirement. It shall also include the physical characteristics and specifications of the item to be evaluated. The data submitted shall be limited to no more than five (5) pages. Comments and/or responses shall be submitted via e-mail to SPAWARSYSCEN Atlantic, Code 225JR, Joanne Roddy at: Joanne.Roddy@navy.mil. Any response to this announcement must be received no later than 14:00 EST 27 Mar 2009. All responses will be evaluated; however, a determination by the Government not to compete the proposed action is solely within the discretion of the Government. See NOTE 22. This is notice of the Governments intent to negotiate a Sole Source contract, in accordance with FAR 6.302- 1, with L-3 Communication Systems West, 640 N 2200 W, Salt Lake City, UT for the repair and maintenance of the Deployable Multi-Channel Satcom (DMCS) terminals and IP Baseband Interface Modules (BIMs) currently used by SOCOM for satellite communications and the PSYOP program. These terminals and IP BIMS are delivered with a 12 month warranty from the date of acceptance by the government; however, most of these items are now out of warranty. This requirement will be fulfilled via a sole source contract issued to L3-CSW, the designer and manufacturer of the DMCS terminal and the IP Baseband Interface Module. In order to adequately maintain these systems, keep them in the required state of readiness for ongoing missions, SPAWARSYSCEN Atlantic requires a Firm-Fixed Price Indefinite- Delivery/Indefinite-Quantity type contract estimated at $8,000,0000.00 with a one year base period and four one year option periods is anticipated. The NAICS Code is 334220 and the applicable size standard is 750 employees. NO SOLICITATION WILL BE MADE AVAILABLE AS A RESULT OF THIS ANNOUNCEMENT. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Any firm that believes it can meet these requirements may give written notification to the individual identified below. Supporting evidence to include appropriate documentation, literature and references must be furnished in sufficient detail to demonstrate the high level of proficiency required to comply with the exact requirements shown above. This documentation shall include: contract numbers, contract types, dollar value for each contract referenced, summary of work performed as well as a customer point of contact, including phone number, for relevant work performed during the past five years that substantiates the ability to meet this requirement. It shall also include the physical characteristics and specifications of the item to be evaluated. The data submitted shall be limited to no more than five (5) pages. Comments and/or responses shall be submitted via e-mail to SPAWARSYSCEN Atlantic, Code 225JR, Joanne Roddy at: Joanne.Roddy@navy.mil. Any response to this announcement must be received no later than 14:00 EST 27 Mar 2009. All responses will be evaluated; however, a determination by the Government not to compete the proposed action is solely within the discretion of the Government. See NOTE 22.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=de1229c0dddad77b587bd912452e2ffa&tab=core&_cview=1)
 
Record
SN01769524-W 20090315/090313221042-de1229c0dddad77b587bd912452e2ffa (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.