SOURCES SOUGHT
58 -- Oceanographic Survey Vessels
- Notice Date
- 2/7/2003
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston MKTSVY 242AE
- Point of Contact
- Point of Contact - Theresa L Brutsch, Contract Specialist, 843-218-5918
- E-Mail Address
-
Email your questions to Contract Specialist
(theresa.brutsch@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SPAWARSYSCEN Charleston is soliciting information from potential sources to provide the Special Missions Branch, Code 332, Space and Naval Warfare Systems Center Charleston with software maintenance, acquisition hardware and software grooms, acquisition equipment, component maintenance and repair, field and engineering support, training, and spare parts for the GeoDAS acquisition, display, and processing software and hardware used in support of NAVOCEANO?s oceanographic survey vessels, in particular the DSS 1500 series side scan sonar. The GeoDAS-PC acquisition, display, processor and operating software include the following components: (1) Topside processor, display and acquisition computer hardware and software (to include dual flatscreen LCD display panels, storage media drives, printed circuit cards, chassis, and interface devices); (2) Interconnection cabling to the sonar multiplexer and (3) acquisition, processing and display software. The government requests information regarding specifications and technical capabilities. It is anticipated that a solicitation will be issued for an Indefinite Delivery, Indefinite Quantity (IDIQ), Firm-Fixed Price type contract under FAR Part 13.5 (Simplified Acquisition Procedures for Commercial Items). The period of performance is expected to be for a base year with four (4) one-year option periods. All interested parties should submit applicable information by 11 February 2003, 2PM Eastern Standard Time via electronic transmission to Theresa Brutsch, email address Theresa.Brutsch@navy.mil. Responses must include the following: (1) name and address of firm; (2) size of business; (3) number of years in business; average annual revenue for past three years, and (4) technical capability. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING 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 AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO NEITHER 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 HERTO. THE APPLICABLE NAICS CODE IS 541330 WITH A SIZE STANDARD OF $4 MILLION DOLLARS.
- 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=774653157BCA9D1388256CC60056A62D&editflag=0)
- Record
- SN00255619-W 20030209/030207213641 (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 |