SOURCES SOUGHT
48 -- 48--INTERNET-BROADBAND SERVICE AND VOIP NETWORK--POTENTIAL SOURCES SOUGHT
- Notice Date
- 11/5/2004
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston_MKTSVY_2363A
- Response Due
- 11/10/2004
- Small Business Set-Aside
- N/A
- Description
- Space and Naval Warfare (SPAWAR Europe), a division of SPAWAR Systems Center Charleston is requesting Morale, Welfare and Recreation (MWR) internet-broadband service and Voice Over Internet Protocol (VoIP) services via a Very Small Aperture Terminal (VSAT) satellite network to deployed US military personnel serving in Operations Iraqi Freedom (OIF) and Enduring Freedom (OEF) and similar services to deployed military personnel in the Balkans. Satellite services are coupled with the installation of approximately 200 Internet facilities in Iraq and the Balkans where military personnel could make telephone calls, access the Internet, and email family and friends. SPAWARSYSCEN, Charleston is soliciting information from potential sources for providing a second generation (Gen?II) Satellite-based internet-broadband service and VoIP network to provide support of deployed military personnel in Iraq and the Balkans, as well as other current and future satellite and other non-Global Information Grid (GIG) operations in the European Command (EUCOM), Central Command (CENTCOM) Areas of Responsibility (AORs), and other unidentified locations per tasking received by the SPAWAR Europe office. In order to meet the current & future satellite related tasking and planned upgrades to services, SPAWAR Systems Center Charleston intends to award an Indefinite Delivery, Indefinite Quantity Firm-Fixed Price contract in the amount of $29M (base plus one option year) for satellite services (e.g. bandwidth, equipment, operations and maintenance etc.) and technical support (e.g. network operations, installations, testing, reporting etc.) for support of the SPAWAR Europe satellite programs. Required regions of satellite coverage will include: (a) US; (b) Middle East; (c) Africa; (d) Central Asia; (e) Southwest Asia; (f) Europe. Other regions may be required as specified by SPAWAR Europe per received satellite tasking. This notice is for planning purposes only. If satisfactory responses are received a solicitation may be issued for an indefinite delivery, indefinite quantity type contract with Firm Fixed-Price delivery orders. Firms are invited to submit appropriate documentation, literature, brochures, and references to support that they possess the required capabilities necessary to meet the stated requirements. Responses shall be submitted to SPAWARSYSCEN, Charleston, Code 0215JS, PO Box 190022, North Charleston, SC 29419-9022, or by electronic mail to ?jesse.seaton@navy.mil?. Responses must include the following: (1) name and address of firm, (2) size of business: average annual revenue for past 3 years and number of employees, (3) ownership: Large, Small, Small Disadvantaged, 8(a), and/or Woman-Owned; (4) number of years in business; (5) two points of contact: name, title, phone, fax and e-mail; (6) DUNS Number; (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime), (8) a list of customers covering the past 5 years: highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. RESPONDENTS DEEMED FULLY QUALIFIED WILL BE CONSIDERED IN ANY RESULTING SOLICITATION FOR THE REQUIREMENT. 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 517410 WITH A SIZE STANDARD OF $12.5M. CLOSING DATE FOR RESPONSES IS 10 NOVEMBER 2004.
- 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=3E8A584AC710AEEA88256F43006F2A09&editflag=0)
- Record
- SN00704897-W 20041107/041105212409 (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 |