DOCUMENT
R -- Professional, Technical, and Analytical Services - Attachment
- Notice Date
- 2/8/2011
- Notice Type
- Attachment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- Solicitation Number
- N0018911R0019
- Point of Contact
- Jordan Dorsey 757-443-1411 John Gibbs
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- Subject to FAR Clause 52.215-3, entitled "Request for Information or Solicitation for Planning Purposes," this announcement constitutes a Sources Sought for information and planning purposes. FISC Norfolk ™s intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide support encompassing the mission areas of Information Assurance (IA) and Information Operations (IO), and the core capabilities of IO: electronic warfare, computer network operations, psychological operations, military deception, and operations security. The Performance Work Statement will also include support for missions, functions, and tasks related to signal intelligence (SIGNINT); strategic, operational, and tactical planning; operational support and reachback; database/library data management, fleet IO requirements; experimentation, tactics evaluation, and doctrine development; systems assessment; information technology management and administration; engineering and technical services; and management and professional support services for Naval Information Operations Command (NIOC). Security clearances up to and including Top Secret SCI will be required of employees providing services for this requirement. This requirement will be the follow-on to the Blanket Purchase Agreement (BPA) N00189-02-A-7024 with AT&T Government Solutions, Inc. A Draft Performance Work Statement is provided as Attachment I. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. NAICS Code The NAICS Code for this requirement is 541611, Administrative Management and General Management Consulting Services, and the Size Standard is $7.0M. Anticipated Contract The proposed contract is anticipated to be a multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) type contract. The Government anticipates the award of competed task orders in response to the Government ™s requirement in accordance with FAR 16.505 Period of Performance The period of performance for this requirement will be a 12 month base year and four 12 month option periods. This contract is estimated to commence on 01 December 2011. Contractor must provide a capabilities statement detailing their technical expertise in the mission areas. The capabilities statement must be presented in sufficient detail for the Government to determine that your company possesses the necessary mission area expertise and experience to compete for this acquisition. At a minimum, contractor ™s response shall also include the following information and can be submitted in your own format: Size of company, i.e., 8(a), WOSB, SB, Veteran, all others, number of employees, revenue for the past 3 years, relevant past performance on same/similar work dating back 5 years and your company's capability to perform the type of work. Standard company brochures will not be reviewed. Submissions are not to exceed six (6) typewritten pages in no less than 12 font. Also, please indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. Reponses to this Sources Sought request should reference N00189-11-R-0019 and shall be submitted electronically to Jordan Dorsey at jordan.dorsey@navy.mil Phone: (757) 443-1411 and John Gibbs at john.c.gibbs@navy.mil Phone: (757) 443-1408 by close of business (4:00 EST) 18 February 2011. All technical questions and inquiries may be submitted within the response. The Government does not anticipate providing answers to submitted questions; however, questions will be considered when developing the solicitation. Please also include the company name, address, POC name, phone number, fax number and email, Contractor and Government Entity (CAGE Code). Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018911R0019/listing.html)
- Document(s)
- Attachment
- File Name: N0018911R0019_Draft_PWS.docx (https://www.neco.navy.mil/synopsis_file/N0018911R0019_Draft_PWS.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0018911R0019_Draft_PWS.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Place of Performance
- Address: 2555 Amphibious Drive, Norfolk, VA
- Zip Code: 23521
- Record
- SN02375324-W 20110210/110209060150-b82e980ee1adf37d7cc099f83b87e80e (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 |