SOURCES SOUGHT
A -- Maritime and Littoral Area Surveillance Technologies
- Notice Date
- 2/8/2010
- Notice Type
- Sources Sought
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- SSC-Pacific_MKTSVY_7D85E
- Response Due
- 2/16/2010
- Archive Date
- 3/3/2010
- Point of Contact
- Point of Contact - Christopher J Murr, Contract Specialist, 619-553-5199
- E-Mail Address
-
Contract Specialist
(christopher.j.murr@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Space and Naval Warfare SystemsCenter, Pacific (SSC Pacific), is seeking sources that can provide additional capability for systems acquisition support, project management, systems engineering, integration, systems requirements analysis, planning, basic research, testing, implementation, and life-cycle sustainment of both software and hardware directly related to emerging technology, existing and emerging ISR/IO systems, system security architecture and technology, and C4ISR systems. A draft copy of the entire Statement of Work (SOW) can be reviewed at https://e- commerce.spawar.navy.mil/. SSC Pacific intends to issue a competitive solicitation as a follow-on to N66001-06-D-5021 with SAIC and N66001-03-D-5022 with Lockheed Martin - ORINCON. The applicable North American Industry Classification System (NAICS) Code is 541330 Engineering Services and the small business size standard is $27 million. The Government estimate for this effort is $66,000,000. This is expected to be a cost-plus-fixed-fee, indefinite- delivery indefinite-quantity (IDIQ), multiple award (3-5) type contract for a base period of two years with three one year options. The purpose of this announcement is to determine if sufficient qualified small business sources exist for a small business set aside. Interested small business sources must respond to this announcement and provide the following information in a cover letter: (1) name and address of your firm, (2) information about business size status (i.e., small, small disadvantaged, woman-owned small, etc.), (3) a statement of capacity to comply with FAR clause 52.219-14 Limitations on Subcontracting, (4) two points of contact, including: name, title, phone, fax, and e-mail address, and (5) a list of customers for relevant and current work that meet the following conditions/terms: Relevant work is described as work similar in scope to work outlined above with value of at least $2M. This is an analysis of a single small business company exclude any teaming or subcontractor information. Interested sources are required to describe the relevance of their experience as it relates to the SOW, as follows: (a) submit not more than three pages to explain the relevance of business experience in the past three years with the projects, programs and tasks identified in SOW part 2.1; (b) submit not more than three pages to explain the relevance of business experience in the past three years with the requirements identified in SOW part 2.2 and related sub-parts; (c) submit not more than three pages to explain the relevance of business experience in the past three years with the requirements identified in SOW part 2.3 and related sub-parts; (d) submit not more than three pages to explain the relevance of business experience in the past three years with the requirements identified in SOW part 2.4 and related sub-parts; (e) submit not more than three pages to explain the relevance of business experience in the past three years with the requirements identified in SOW part 2.5 and related sub-parts; (f) submit not more than three pages to explain the relevance of business experience in the past three years with the requirements identified in SOW part 2.6 and related sub-parts. Submissions shall not exceed 23 pages in length, including the cover letter. The deadline for the submission of all information is 16 February 2010 at 3:00 PM Pacific Time. All information shall be submitted electronically to the SPAWAR e- Commerce Central website at https://e- commerce.spawar.navy.mil. A determination as to whether this procurement will be set aside for small business concerns or competed on an unrestricted basis will be based upon responses to this announcement. 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. The Government reserves the right to consider a set- aside for small businesses or one of the small business preference groups. SSC Pacific reserves the right to not evaluate submissions that do not comply with the instructions of this announcement. Questions pertaining to this announcement may be directed to the SSC Pacific POC, Mr. Christopher J. Murr, Contract Specialist, via e-mail at: christopher.j.murr@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/SSC-Pacific_MKTSVY_7D85E/listing.html)
- Record
- SN02060072-W 20100210/100208234107-697c59e948f09cc83610d126fac2fc3b (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 |