Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2016 FBO #5208
SOURCES SOUGHT

59 -- VME CHASSIS - SOW for VME Chassis

Notice Date
2/24/2016
 
Notice Type
Sources Sought
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-16-C-0033
 
Archive Date
3/25/2016
 
Point of Contact
Margaret N. Best, Phone: 575-678-4322, Raymond Chang, Phone: 805-228-7146
 
E-Mail Address
margaret.best@navy.mil, raymond.chang@navy.mil
(margaret.best@navy.mil, raymond.chang@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawing for VME Chassis Statement of Work for VME Chassis. The Port Hueneme Division, Naval Surface Warfare Center (PHD NSWC) anticipates a contract requirement to provide engineering services to support the Tactical Tomahawk Weapon Control System (TTWCS). This RFI is focused on identifying capabilities in the market place and obtaining related technical information for the simple procurement and delivery of a Commercial off the Shelf (COTS) item. The VME Chassis is a COTS item produced by Tracewell (CAGE Code 1PMK5) Part Number 510-1088-F00-00. This VME Chassis is specific with the form Fit Function (F3) characteristics required for the TTWCS system as defined in Vendor Item Control Drawing (VICD) 7110718. Services shall be required at locations provided in the attached draft Performance Work Statement (PWS). The primary North American Industry Classification System (NAICS) code for this procurement is 334118 with a Size Standard of 1,000 employees. This is an initial requirement for Solicitation N63394-16-T-0033. The anticipated performance periods will span one (1) year which include a 12-month base period. A Firm Fixed Price Contract is anticipated. It is anticipated that the Request for Proposal (RFP) will be issued in March 2016. It is requested that all interested Small Business concerns, including but not limited to HUBZone, 8(a) Small Disadvantaged Businesses (SDB), Service Disabled Veteran-Owned Small Businesses (SDVOSB), Woman-Owned Small Business (WOSB) respond with a Capability Statement of a maximum of 8 pages to be used to determine the availability of Small Business concerns for this requirement. Interested Small Business concerns must identify their small business socio-economic categories. The Capability Statement shall succinctly address the following items to demonstrate the contractor's capability to perform the requirements based on the attached Performance Work Statement: •(1) What type of relevant work the company has performed in the past in support of the same or similar work; •(2) If the company has managed a task of this nature before; •(3) The contractor's ability to effectively manage a team of subcontractors or multiple subcontractors in order to conduct all of the remaining requirements of the PWS that will not be performed by its own resources; •(4) The specific technical skills the company possesses which ensure capability to perform the requirements described in the draft Performance Work Statement; •(5) The contractor's technical ability, or potential approach to achieving technical ability, to perform at least 50% of the cost of the contract incurred for personnel with its own employees; and •(6) Business address, CAGE code, responsible point of contact, business size and status of company (i.e. socioeconomic categories) •(7) The contractor's ability to obtain and maintain at minimum a security clearance level of CONFIDENTIAL and at most SECRET for selected labor categories; and •(8) The contractor's ability to support a multi-site workforce. Demonstrated ability to manage, technical ability and capacity may include citing (using contract and/or Task Order Number) and describing the same or similar relevant performance but does not limit the interested contractor's approach to demonstrate capability. NOTE: Only information provided in the written Capability Statement shall be considered. DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATIONTO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY. Capability statements shall be submitted via email to Margaret N. Best at margaret.best@navy.mil by 4:00PM PACIFIC Time 07 March 2016. Attachments: (1) Copy of the draft Performance Work Statement - For Informational Use Only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-16-C-0033/listing.html)
 
Place of Performance
Address: Port Hueme, California, Port Hueme, California, United States
 
Record
SN04029401-W 20160226/160224234529-ffe81f88217c873c9f3cb0b2ddac4c37 (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.