Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2012 FBO #3752
SOLICITATION NOTICE

S -- Naval Satellite Operation Center, Point Mugu, California

Notice Date
3/1/2012
 
Notice Type
Presolicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1100 23rd Ave Bldg 1100 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6258312R0722
 
Response Due
3/22/2012
 
Archive Date
3/23/2012
 
Point of Contact
Klein Dadacay 805-982-3873 Klein Dadacay
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
This procurement is for Satellite Operations and Maintenance Services. This is an unrestricted procurement for a base year plus two (2) one-year option periods. Award will be made to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government in terms of price, past performance, and other non-price (technical) factors. This will be a Firm Fixed Price (FFP) / Cost Plus Fixed Fee (CPFF) type contract. This contract shall provide operation, management, and maintenance of satellite systems to ensure reliable, uninterrupted satellite services to the warfighter. The purpose of this contract is to provide qualified and specialized technical services to furnish satellite mission capability 24 hours a day 7 days a week including holidays. All Naval Satellite Operation Centers (NAVSOC) locations are to be supported, including: NAVSOC Headquarters Facility (HQ) in Point Mugu, CA. An alternate Satellite Operation Center (SOC) is located at NAVSOC Detachment Delta (Det. D) in Schriever Air Force Base, Colorado Springs, CO. Both SOC ™s are supported by three remote Telemetry and Commanding (T&C) facilities: an unmanned T&C facility at Laguna Peak (LP) in Point Mugu, CA, NAVSOC Detachment Alfa (Det. A) in Prospect Harbor, ME and Detachment Charlie (Det. C) in Finegayan, Guam. This procurement requires TOP SECRET level security clearance; proof of security clearance that identifies the level of security clearance held will be required. The North American Industry Code Standard is 517410 and the size standard is $15,000,000.00. Best value Source Selection procedures will be used and award will be made to the offeror whose proposal is the most advantageous and offers the best value to the Government, price and other factors considered. THIS SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted on the website at http://www.neco.navy.mil on or about 29 Mar. 2012. No hard copies will be provided. IT IS THE CONTRACTOR ™S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS PRESOLICITATION. The Request for Proposal number is N62583-12-R-0722. Any questions should be directed to Mr. Klein Dadacay, Telephone (805) 982-3873, FAX (805) 982-3015
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258312R0722/listing.html)
 
Record
SN02686550-W 20120303/120301234624-257ecac7e1af8f9e91df617702fd505a (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.