Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2010 FBO #3127
SOLICITATION NOTICE

R -- Operational C2 Support Services

Notice Date
6/15/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-08-R-0172
 
Response Due
8/30/2010
 
Archive Date
9/29/2010
 
Point of Contact
Point of Contact - Joyce E Pace-Reed, Contract Specialist, 843-218-4279; Kathy Breitkreutz, Contracting Officer, 843-218-5933
 
E-Mail Address
Contract Specialist
(joyce.pacereed@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This future opportunity notice is to advise industry that as a result of themarket survey issued on 13 March 2009, SPAWARSYSCEN Atlantic (SSC-LANT)intends to issue a Request for Proposal (RFP) for Operational C2 SupportServices. The contractor shall provide the Command and Control Systems Department(Code 5.3) Operational Command and Control (C2) Project Office (OC2PO)area with the necessary engineering and technical services needed to supportSPAWARSYSCEN Atlantic's (SSC LANT) mission of providing C2 InformationTechnology (IT) services for the Department of Defense (DoD) and otherfederal agencies. The products and services in this solicitation include:Program Management, Technical Engineering Support, Integrated LogisticsSupport (ILS), Configuration and Data Management Support, Direct CustomerSupport, and Security Engineering Support. The major places of performancewill be, but not limited to, Charleston, SC, Norfolk, VA, and Washington, DC.Adraft Performance Work Statement (PWS) is attached to this future opportunityannouncement. The applicable North American Industry Classification System (NAICS) code is541330 with a size standard of $27M. The Government estimate for this effortis $95.87M. A full and open competitive, multiple award, cost-plus-fixed-fee,indefinite delivery, indefinite quantity type contract (with provisions forfirmfixed price orders), with a one (1) year base period to be followed by four (4)one-year option periods. This is considered a new requirement. In order toenhance small business participation, the threshold for relevant experience forsmall businesses will be $10M for the prime contractor and $3M for significantsubcontractors. Please note that this relevancy threshold is different fromtheNAICS Code, which determines whether a business is considered a smallbusiness. The projected date for Request for Proposals (RFP) release is on or before 15July 2010. The RFP, and associated documents, will be available on theSPAWARSYSCEN Atlantic E-Commerce Business Opportunity webpage:https://e-commerce.sscno.nmci.navy.mil/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/N65236-08-R-0172/listing.html)
 
Record
SN02177980-W 20100617/100615235431-a3dfdef8746220c103b5f9cfeddf1449 (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.