Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2011 FBO #3455
SOURCES SOUGHT

M -- Integrated Undersea Surveillance System (IUSS) Logistics Support Facility (LSF)

Notice Date
5/9/2011
 
Notice Type
Sources Sought
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
SPAWAR_Headquarters_MKTSVY_92ABE
 
Response Due
5/23/2011
 
Archive Date
6/7/2011
 
Point of Contact
Point of Contact - Selene M Cong, Contract Specialist, 619-524-7346
 
E-Mail Address
Contract Specialist
(selene.cong@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
TITLE: Integrated UnderseaSurveillance System (IUSS) Logistics Support Facility (LSF) 1.0 DESCRIPTION The Space and Naval Warfare Systems Command (SPAWAR) in support of Naval Sea Systems Command, Program Executive Office Littoral & Mine Warfare (PEO LMW) Maritime Surveillance Systems Program Offce,PMS-485 is conducting this market survey to determine the interest and capability of SMALL BUSINESS to participate in a competitive acquisition for technical and logistics support services to support the continuing mission of the Integrated Undersea Surveillance System (IUSS) Logistics Support Facility (LSF), Virginia Beach, Virginia. Responses to this sources sought synopsis in the form of capabilities presentation submissions will form the basis of the Government's decision on whether to offer this requirement on an unrestricted basis under full and open competition. This office anticipates awarding a follow-on contract for the required services, to begin on 1 December 2011. The period of performance of the proposed contract will be a base period of one year, with options for four (4) additional one-year periods. It is anticipated that the level of effort will encompass approximately 20 to 25 man-years per contract year. SERCO, Inc. is currently providing these support services to PMS-485 under contract N00039-07-C-0018 which is scheduled to expire on 31 October 2011. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability and adequacy of potential competitive sources prior to issuing a Request for Proposal (RFP). The Government is not obligated to and will not pay for information received as a result of this synopsis. The company awarded the contract must be able to demonstrate the following core abilities and experiences: Immediate ability to meet security requirements for SECRET facilities clearance and SECRET personnel clearances. (DD-254 applies) Immediate ability to develop, manage and maintain various logistics databases (i.e. Web-Enabled IUSS Logistics Database (WILD) system) and their user interfaces using current software (i.e. Oracle, Micrsoft.net, etc.). Immediate ability to conduct data entry and extraction from various databases (i.e. WILD, Towed Array Management System (TAMS), etc.) used in support of LSF tasking. Immediate ability to perform foreign travel in support of LSF requirements at classified sites. All IUSS site visits require a SECRET clearance. Immediate ability to design, manage and maintain IUSS Operations Support Center (IOSC) Local Area Network (LAN) and provide help desk services for users. Successful experience in performing international shipment of US Government property; liaison with US and foreign customs; AMC/TAC/GBL processing. Experience with Navy logistics support procedures to include but not limited to, material procurement, material issuing, tracking of stock levels, configuration management, and associated documentation. Experience in performing outfitting for both ship and shore electronic systems. Established Quality Assurance program - ISO 9000 Series preferred. 2.0 SYNPOSIS TERMS - THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. This synopsis is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This synopsis does not commit the government to contract for any supply or service whatsoever. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website and the SPAWAR E-Commerce Central website at https://e-commerce.spawar.navy.mil. It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this potential requirement. The information provided in this Sources Sought Synopsis is subject to change and is not binding on the Government. Further, the release of the Sources Sought Synopsis should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Respondents are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this Sources Sought Synopsis. All costs associated with responding to this Sources Sought Synopsis will be solely at the interested partys expense. Failure to respond to this Sources Sought Synopsis will not preclude participation in any future RFP, if issued. 3.0 REQUESTED INFORMATION - It is requested that interested sources submit a brief capabilities statement package (no more than 15 pages in length, 12-point font minimum) demonstrating ability to perform the services listed above. The page limitation cited in the preceding sentence is not inclusive of resumes/personnel information. This documentation should address, as a minimum, the following: (1) Prior/current corporate experience in performing similar such efforts within the last three years including contract number, organization supported, indication of whether your company acted as the prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the referenced contract relates to this effort; (2) Company profile to include, the following: (1) Name and address of applicant (Corporate/Principal Office); (2) Name, telephone and email of point of contact (3) Date firm started; (4) NAICS Code; (5) Type of business (i.e., small business, small disadvantaged 8 (a) certified, small disadvantaged not 8(a) certified, women-owned small business); (6) Number of employees; (7) Annual revenue; (8) Office location(s); and (9) Cage code and DUNs number. (3) Resources available to support this effort such as corporate management and personnel to be assigned to the project; and Management approach to staffing specific key personnel to be assigned to the resultant contract. Staffing should address current hires that would be available for assignment to this effort, possible Subcontract/Teaming Arrangements, and strategy for recruiting and retaining qualified personnel. Each response must reference the Sources Sought title. The applicable North American Industry Classification System (NAICS) Code for this acquisition is 541330 and the small business size standard is $27 million. 4.0 RESPONSES 4.1 Responses to this synopsis in Microsoft Office 2007 or lower or Adobe PDF format are due no later than 23 MAY 2011 and should not exceed 15 pages with 12-point font minimum. File names should only contain letters and numbers without special characters. Underlining is acceptable. Responses shall be submitted to the SPAWAR e-commerce site at: https://e- commerce.spawar.navy.mil in response to this Sources Sought Synopsis entitled Integrated Undersea Surveillance System (IUSS) Logistics Support Facility (LSF) under HEADQUARTERS, Market Surveys. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. All data received in response to this announcement marked or designated as corporate or proprietary information will be fully protected from release outside of the Government. All responses will be reviewed by Government employees only. 4.2 Questions regarding this announcement shall be submitted in writing by e-mail only to selene.cong@navy.mil. Verbal questions will not be accepted. Questions will be answered via posting answers to the SPAWAR E-Commerce Central Website; accordingly, questions shall not contain proprietary or classified information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/SPAWAR_Headquarters_MKTSVY_92ABE/listing.html)
 
Record
SN02443084-W 20110511/110509234418-950ada6b116796d6bb033f81a635475e (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.