Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 26, 2001 PSA #2901
SOLICITATIONS

R -- SHIPALT ENGINEERING, INSTALLATION, AND DRAFTING SERVICES IN SUPPORT OF CRYPTOLOGIC/INFORMATION WARFARE (IW) EXPLOITATION PROGRAMS

Notice Date
July 24, 2001
Contracting Office
SPAWARSYSCEN-Charleston, PO Box 190022, N. Charleston, SC 29419-9022
ZIP Code
29419-9022
Solicitation Number
N65236-01-R-0815
Response Due
August 24, 2001
Point of Contact
Paula S. Somers, Contract Specialist, TEL: 843/218-5976, FAX: 843/218-5807; Paulette Dillard, Contracting Officer
E-Mail Address
Click here to contact the contracting officer via (somersp@spawar.navy.mil)
Description
SPAWARSYSCEN Charleston requires services for Shipalt Engineering, Installation, and Drafting services in support of Cryptologic/Information Warfare (IW) Exploitation Programs. These tasks are related to engineering, design, overhaul, repairs, alterations, technical services, installation planning, equipment/system fabrication, assembly, survey and inspection, installation, training, and technical documentation of systems/equipment as assigned by SPAWAR Charleston Code 71. The following listed programs/activities are examples for which the Contractor will be expected to provide IW support associated with the engineering, installation, and technical support: Privateer Patrol Coastal Threat Warning System, Privateer Mark V Threat Warning System, Ship Signal Exploitation Equipment (SSEE), Classic Troll Submarine System, Battle Group Passive Horizon Extension (BGPHES) Silent Shield, RIGEL (Counter-Drug Unit), Joint Threat Warning System (JTWS), Signal Research Target Development (SRTD), Multi-Platform Collection Capability (MPCC), TAGOS Collection Systems, New Construction Platform (LPD-17,CVN-76 etc.) Ship Signal Exploitation Space (SSES) Systems, PROPHET Cryptologic Carry On Program (CCOP) as required for non-SPAWAR customers. A Top Secret Facility Clearance will be required and key personnel shall possess Top Secret or Top Secret (SCI) Security Clearances. This procurement will be conducted under full and open competition on an unrestricted basis. The proposed NAICS Code is 54133 (SIC Code 8711) with a size standard of $20 Million. An Indefinite Delivery, Indefinite Quantity, Cost-Plus-Fixed Fee type of contract with completion and level-of-effort type task orders is anticipated. The proposed contract will be for a base year, with four one-year options. The Government estimate for the total contract value is $49.9 Million. Proposal submission requirements include price and other factors (technical) proposals. Evaluation and award will be based on best value. Criteria will include experience and past performance. The Government reserves the right to make multiple awards if it is determined to be in the best interest of the Government. The Government reserves the right to conduct oral interviews if they are determined necessary. All responsible sources may submit a proposal, which shall be considered by the agency in response to this solicitation. It is anticipated that the solicitation will be available by 27 August 2001 on the SPAWARSYSCEN Charleston RFP web page (address shown below). The solicitation (including any draft released) and any documents (exhibits, attachments, question and answers, announcements, etc.) related to this procurement will be available on the SPAWAR Business Opportunities Home Page at http://e-commerce.spawar.navy.mil/. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments. No paper copies of these documents will be issued. All other questions and comments are to be directed to Ms. Paula S. Somers, Contract Negotiator, (843) 218-5976, facsimile (843) 218-5807, or by email somersp@spawar.navy.mil.
Web Link
E-Commerce Central connection (http://E-Commerce.spawar.navy.mil)
Record
Loren Data Corp. 20010726/RSOL016.HTM (W-205 SN50S822)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on July 24, 2001 by Loren Data Corp. -- info@ld.com