Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2010 FBO #3052
SOLICITATION NOTICE

J -- Expeditionary C4I Systems and Technical Support Services

Notice Date
4/1/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-09-R-0202
 
Response Due
8/16/2010
 
Archive Date
9/15/2010
 
Point of Contact
Point of Contact - Donna Johnson, Contract Specialist, 843-218-5931; Kathy Breitkreutz, Contracting Officer, 843-218-5933
 
E-Mail Address
Contract Specialist
(donna.johnson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
4/01/10 Future Opportunity Notice N65236-09-R-0202 This future opportunity notice is to advise industry that as a result of the market survey issued on 22 Sep 09, SPAWARSYSCEN Atlantic (SSC-LANT) intends to issue a Request for Proposal (RFP) for Expeditionary C4ISR Systems and Technical Support Services. Anticipated work will include in-service engineering, integration (hardware and software/product improvement), test and evaluation support, as well as, the capacity to modernize or introduce transformational technologies into expeditionary systems and technical support services to the Tactical C2 Engineering Division, on various C4ISR requirements, programs such as Marine Corps (Up-Armored HMMWV (UAH), Joint Explosive Ordnance Disposal (EOD) Rapid Responded Vehicle (JERRV), Mine Resistant Ambush Protected (MRAP) vehicles and other Department of Defense (DOD) vehicle platforms, Navy/USMC Expeditionary C4ISR tactical systems, and other Expeditionary Tactical Systems and sub-systems. The contractor shall assist SPAWARSYSCEN Atlantic in the development and migration of existing DOD systems and functions into an integrated and unified, flexible, and adaptable full-spectrum capability. The contractor shall assist in the integration of DoD efforts with broader national- level C4ISR assets to improve situational awareness and decision support at the lowest echelons of command. A draft PWS is hereby posted for information purposes. The applicable North American Industry Classification System (NAICS) code is 541330 with a size standard of $27M. The Government estimate for this effort is $900,000,000. A full and open competitive, multiple award, cost-plus-fixed- fee, indefinite delivery, indefinite quantity type contract (with provisions for firm fixed price orders), with a one (1) year base period,four (4) one-year options and five (5) award term years is anticipated. This is considered a new requirement. In order to enhance small business participation, the threshold for relevant experience for small businesses will be $10 million for the prime contractor and $3 million for significant subcontractors. Please note that this relevancy threshold is different from the NAICS Code, which determines whether a business is considered a small business. This is NOT a solicitation announcement. Once the Acquisition Plan is officially approved, a formal pre-solicitation synopsis will be posted. The projected date for Request for Proposals (RFP) release is on or before 30 June 2010. The RFP, and associated documents, will be available on the SPAWARSYSCEN Atlantic E- Commerce Business Opportunity webpage: https://e- commerce.sscno.nmci.navy.mil/. 10/1/09 - Market Survey Information: The response time is extended to 9 Oct 2009. REFERENCE NUMBER: N65236-09-R- 0202. This Market Survey is issued for the purpose of determining Small Business capabilities. Small Business firms having the capabilities to perform the taskings listed in the attached Market Survey and PWS are encouraged to reply to this Market Survey. The Space and Naval Warfare Systems Center Atlantic (SSC-LANT) is soliciting information from potential sources to provide Expeditionary C4I Systems and Technical Support Services. Potential sources must have demonstrated relevant experience and proven abilities in engineering and technical support services of a non-personal nature, encompassing, but not limited to, the following areas: system engineering, test and evaluation, system deliveries, maintenance and site support, configuration management, quality assurance, logistics, training and program management. The threshold for relevant experience for large businesses is established at $10M and for significant subcontractors is $3M - Please note that this is different that the size standard related to the NAICS code, which determined whether a company is considered a small business.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/N65236-09-R-0202/listing.html)
 
Record
SN02110223-W 20100403/100401235612-620c59eb091877a4726ecc00e66d8dda (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.