SOURCES SOUGHT
R -- N65236-02-R-0060
- Notice Date
- 5/3/2002
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston MKTSVY 1765E
- Response Due
- 5/24/2002
- Point of Contact
- Point of Contact - Jackie Luna, Contract Specialist, 843-218-5959
- E-Mail Address
-
Email your questions to Contract Specialist
(lunaj@spawar.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Engineering and Technical Support Services Sources Sought/Market Survey The Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston Surveillance and Systems Engineering Department, Code 30, is soliciting information from potential sources to provide Engineering and Technical Support Services to support task assignments and programs in the areas of Air Traffic Control (ATC), United States Antarctica Program, Radiation Detection, Indication, and Computation (RADIAC), Modeling and Simulation (M&S), Meteorological and Oceanographic (METCO), Ships Construction-New, and Special Operations Programs in support of Chief of Naval Operations (CNO), Commander Space and Naval Warfare Systems Command (COMSPAWARSYSCOM), Commander Naval Air Systems Command (COMNAVAIRSYSCOM), Command Naval Sea Systems Command (COMNAVSEASYSCOM), Marine Corps, US Coast Guard, United States Special Operations Command (USSOCOM), Joint Communications Support Element (JCSE), United States Southern Command (USSOUTHCOM), other unified warfighting commands, and other DoD and non-DoD agencies. Potential sources must have demonstrated expertise and proven abilities in engineering and technical support services of a non-personal nature encompassing, but not limited to, the following: system engineering, integrations services, test and evaluation services, operational system engineering support, systems acquisition support, logistics support services, research and development, configuration management, documentation, M&S, software development, Geospatial Information System (GIS) development and spatial analysis. The percentage listed next to the individual tasking is the estimated amount of effort that will be required on any potential contract for this effort. For evaluation purposes, each potential source is requested to provide a description of work performed, including specific demonstrated expertise, for each task listed below and to state what percentage they are capable of performing. Only provide information on demonstrated performance with examples of reports or other documents. Do not include any documentation or percentages for any one company other than your own. This is an analysis of your company's abilities and what it can or cannot perform. ? Experience and abilities providing engineering and technical services in support of Modeling and Simulation: ? (a) Network analysis and modeling using NETWARS and Opnet. (10%) ? (b) Campaign Level modeling and assessments using JWARS. (5%) ? (c) C4ISR system Verification and Validation (V&V) expertise. (5%) ? (d) C4ISR simulation and stimulation for Battle experiments, testing, evaluation and training. (10%) ? Experience and abilities providing engineering and technical services in support of Ship Construction New (SCN): including system engineering, integrations services, test and evaluation services, operational system engineering support, systems acquisition support, logistics support services, research and development, configuration management, documentation (25%) ? Experience and abilities providing engineering and technical services in support of Special Operations Programs: including repair, troubleshooting, integration, system design, testing and on call support (24 hours/day, 365 days per year) and technical assistance for fielded Special Operations C4ISR systems. (30%) ? RADIAC Logistics and Documentation Support. (5%) ? Geospatial Information system development, software development, and spatial analysis. (5%) ? Experience and abilities providing engineering and technical services in support of the U. S. Antarctica Program. (2%) ? Experience and abilities providing engineering and technical services in support of Air Traffic Control. (2%) ? Experience and abilities providing engineering and technical services in support of METOC and Navigation systems. (1%) These tasks shall be conducted at Navy, Marine Corps, Coast Guard and other Government activities including ships, aircraft, submarines, and shore stations worldwide via delivery orders on an "as required" basis. Work will also be conducted at sites with remote and harsh environments, i.e., McMurdo, Antarctica. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an indefinite-delivery, indefinite-quantity, Cost Plus Fixed Fee type contract, with task orders. Firms are invited to submit the appropriate documentation as described above in addition to any literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a page limit of seven (7) on data submitted. Responses shall be submitted via e-mail to SPAWARSYSCEN Charleston, Code 0213JL, at e-mail address: lunaj@spawar.navy.mil . Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, and/or Veteran-Owned Business; (4) number or years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (if available); (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers for relevant work performed during the past five years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with phone number. THIS SYNOPSIS IS FOR INFORMATION AND PLAINNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWEARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT, NOR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET-ASIDE BASED ON RESPONSES HERETO. THE APPLICABLE NAICS CODE IS 541330 WITH A SIZE STANDARD OF $23.0 MILLION. THE CLOSING DATE FOR RESPONSES IS 24 MAY 2002. PLEASE GO TO SPAWAR E-COMMERCE WEBSITE https://e-commerce.spawar.navy.mil TO VIEW THE STATEMENT OF WORK FOR THIS SURVEY.
- Web Link
-
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=17827CE1F68589FF88256BAE0053258B&editflag=0)
- Record
- SN00071222-W 20020505/020503213352 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |