Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2009 FBO #2906
SOURCES SOUGHT

J -- USCENTCOM Communication and Network Support

Notice Date
11/6/2009
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Atlantic_MKTSVY_7A62E
 
Response Due
11/23/2009
 
Archive Date
12/8/2009
 
Point of Contact
Point of Contact - Christy L Hammett, Contract Specialist, 843-218-5958
 
E-Mail Address
Contract Specialist
(christy.hammett@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a market survey/sources soughtsynopsis for United States Central Command (USCENTCOM) Communication and Network Support. REFERENCE NUMBER: _N65236-10-R- 0001 The Space and Naval Warfare Systems Center, Atlantic (SSC-LANT) is soliciting information from potential sources to provide technical solutions, training, and operational maintenance for tasks identified to support USCENTCOM and USCENTCOM Supported Commands, including both CONUS and OCONUS locations, in the following areas: Hardware and software engineering, Systems Integration, Systems Engineering, Systems Analysis, Systems Implementation, Technical Training, Prototype Development, Technology Assessment, Integrated logistics/training/documentation support, Quality assurance and configuration management, Work to be performed under this contract may require the contractor facility and various personnel to possess an active security clearance rating up to Top Secret. A copy of the draft PWS/SOW is posted at the SPAWARSYSCEN Atlantic E- Commerce Business Opportunity webpage. The contractor will be tasked to accomplish work as specified in the draft Performance Work Statement (PWS). Services shall be performed within the task requirements either singly or in combination as required within task orders. The following table reflects all the required tasks per PWS and the governments best estimate of work breakdown (see Column A). # TASKING DESCRIPTION with PWS Ref Paragraph A. GOVT ESTIMATED TASK BREAKDOWN (Based on 1) B. OFFERORS PROJECTED SUPPORT (Do not exceed 100% per task) C. EST. WORK PERFORMED (column A X column B) * Total cannot exceed 100% 1 USCENTCOM Communications (Para 3.1).4 2 USCENTCOM Network Support (Para 3.2).4 3 Prototype Development & Technology Assessment (Para 3.5).1 4 Training (Para 3.7).05 5 Program Management (Para 3.10).05 TOTAL 1 % Firms are invited to submit the appropriate documentation, literature, brochures, and references necessary to support the required capabilities necessary to meet or exceed the stated requirements. There is a page limit of 15 pages on data submitted. Responses shall be submitted to SPAWARSYSCEN Atlantic, Contract Specialist, Christy Hammett, Code 2255CH, via e-mail at christy.hammett@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); (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) the percentage of work your company can perform with respect to the stated requirements fill-in Column B and C in table above; cumulative total of work performed should not exceed 100%. Note: Do not include any documentation or percentages for any company other than your own. This is an analysis of your companys abilities of what it can or cannot perform exclude any subcontractor information; (9) a list of customers for relevant and current USCENTCOM work that meet the following conditions/terms: Relevant work is described as work similar in scope to the posted draft PWS and within the dollar value of $5M. Current work is defined as work performed no longer than 5 years prior to the sources sought posting date. Information per customer shall include the following: (i) a summary of work performed, (ii) contract numbers, (iii) period of performance, (iv) contract type, (v) dollar value for each contract referenced, how the work demonstrates capability to perform percentages stated in number eight, and (vi) 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; Note: Work deemed not similar to the draft PWS will not be considered as relevant.); (10) statement that the contractor has or does not have an approved accounting system as defined in the Federal Acquisition Regulation (FAR); (11) Contractor should have experience supporting USCENTCOM communications and networks in both installed and garrison locations. Contractor shall have experience deploying to hostile areas and shall be familiar with the hostile area deployment process. Contractor shall have knowledge and experience in new commercial communication and network technologies. Contractor must understand the USCENTCOM mission and requirements and have the capability to transition new commercial technologies to fulfill USCENTCOM requirements. Contractor shall have an office in Tampa, Florida and shall possess a Top Secret Clearance as a minimum. Note: Teaming partnerships and joint ventures envisioned under FAR 52.219- 27(c) and (d) for Serviced Disable 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 11 above, on each of the teaming partners. 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 541330 with a size standard of $27M. The Government estimate for this effort is $46M. Contractor must submit their response via email to _christy.hammett@navy.mil by 1400 hours, 23 November 2009. We anticipate this being a Cost Plus Fixed Fee contract with a Base Year, Plus Four-One Year Option periods. In addition, multiple awards, depending on responses to this RFP, may be made. This is a not a follow-on contract. There is no incumbent contractor. Please reference Solicitation Number N65236-10-R-0001 when responding to this Market Survey. Within a reasonable time for evaluation of responses SSC-Atlantic will post the procurement decision on SPAWAR E-commerce and FEDBIZOPS and send an email response to individual companies that responded.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/SSC-Atlantic_MKTSVY_7A62E/listing.html)
 
Record
SN02000275-W 20091108/091107000659-2c19ba5c49d34dfbdd56cf2f51202c68 (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.