MODIFICATION
59 -- Commercial-Off-The-Shelf Intelligence, Surveillance Reconnaissance Support Equipment
- Notice Date
- 1/28/2011
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- N65236-08-R-0070
- Response Due
- 7/22/2011
- Archive Date
- 8/21/2011
- Point of Contact
- Point of Contact - Adam Solivan, Contract Specialist, 843-218-3556; Kelly Cannady, Contracting Officer, 843-218-5887
- E-Mail Address
-
Contract Specialist
(adam.solivan@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- January 28, 2011 This pre-solicitation synopsis is hereby modified as follows: The Space and Naval Warfare Systems Center Atlantic (SPAWARSYSCEN-LANT) intends to issue a Request for Proposal (RFP) for the procurement of a wide range of Commercial-Off-the-Shelf (COTS) Intelligence, Surveillance and Reconnaissance Equipment (ISR) under RFP N65236-08-R-0070. The primary users of the equipment are the DoD and Federal Civilian Agencies throughout the Government. There will also be incidental commercial services as defined in the attached draft Performance Work Statement (PWS). The subject procurement will be solicited as a competitive, unrestricted, commercial item Multiple Award Contract (MAC) in accordance with FAR part 12 Acquisition of Commercial Items. The anticipated contract type is an Indefinite Delivery / Indefinite Quantity (ID/IQ), Multiple-Award Contract (MAC) that utilizes Firm-Fixed-Price (FFP) delivery orders for the procurement of COTS equipment. The period of performance is anticipated to be a one (1) year base ordering period and four (4) additional one-year options; for a cumulative total of five (5) years. Delivery order award determinations may be made on a low priced technically acceptable basis or a best value tradeoff basis where performance and/or delivery schedule and cost comparisons are made. Equipment descriptions will be made in terms of performance based specifications, brand name or equal, or brand name only requirements. This is a new requirement, it is NOT A FOLLOW-ON and there are NO incumbents. The applicable NAICS code is 334220 with a size standard of 750 Employees. The estimated contract value is $500,000,000.00. It is anticipated that the solicitation and any documents related to this procurement will be available via the SPAWAR Business Opportunity website, located at: https://e-commerce.sscno.nmci.navy.mil, on or about 09 June, 2011. It is the responsibility of interested parties to independently monitor this site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and applicable documents. No paper distribution of these documents will be provided. All responsible sources may submit a proposal, which shall be considered by the agency in response to the solicitation when it is issued. All questions regarding this solicitation should be submitted to the contract specialist at Adam.Solivan@navy.mil. June 26, 2008 Information from Industry Day provided includes Q&As; Attendees List and Powerpoint presentaion. ANNOUNCING: Industry Day for Supply Multiple Award Contracts (MAC) for: * Intelligence, Surveillance and Reconnaissance (ISR) * Command and Control (C2) * Communications Date: 16 June 2009 Location: Naval Weapons Station, Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina (Red Bank Club) Access to the Red Bank Club does not require access to the base. Attendance is limited to 5 representatives per Offeror. Visitor instructions for directions can be obtained at the following site: http://enterprise.spawar.navy.mil/body.cfm?type=c&category=32&subcat=75 SPAWARSYSCEN (SSC) Atlantic has a vested interest in establishing a variety of commercial off the shelf (COTS) products that range in variety from Intelligence, Surveillance and Reconnaissance (ISR); Command and Control (C2) and Communications. These products are intended to provide rapid access resulting in turnkey solutions to the warfighter with the objective of fostering improvement initiatives that include, mission effectiveness, efficient utilization of resources, and volume discounts to a large number of DoD and other Government sponsors. The conference will begin at 0900 and will conclude at 1100. Interested parties are encouraged to submit questions/comments regarding the attached draft PWS no later than 5 June, 2009. Questions should be submitted by e-mail to the respective Senior Contracting Specialist as identified below for only that respective solicitation: ISR: N65236-08-R-0070; Paula Somers at: paula.somers@navy.mil. C2: N65236-08-R-0077; Donna Johnson at: donna.johnson@navy.mil Communications: N65236-08-R-0098; Penny Leya at: penny.leya@navy.mil It is requested that each company who will be attending to provide a list of attendees not later than 9 June 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/N65236-08-R-0070/listing.html)
- Place of Performance
- Address: One Innovation Drive North Charleston, SC
- Zip Code: 29419
- Zip Code: 29419
- Record
- SN02368874-W 20110130/110128234146-8599bc5636e374dd5ee40badbd97f8af (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 |