SOURCES SOUGHT
R -- N65236-06-R-0750
- Notice Date
- 1/19/2006
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston_MKTSVY_3353E
- Response Due
- 2/3/2006
- Small Business Set-Aside
- N/A
- Description
- The Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston is soliciting information from potential sources to provide the Aviation Command and Control (C2) Engineering Division, Code 66, engineering and technical support services to support a broad range of complex electronic systems to the Naval Air Systems Command (NAVAIR), the Space and Naval Warfare Systems Command (SPAWAR), the National Science Foundation (NSF), the Central Air Force (CENTAF), and other government and non-government agencies. As the technical managers and In-Service Engineering Agents (ISEA) for various Navy/Marine Corps shore Air Traffic Control (ATC) systems, our technical responsibilities encompass design, research, budgeting, scheduling, management, procurement, evaluation, software support, integration, installation, maintenance, certification, testing, training, configuration management and logistics support for ATC and Meteorological and Oceanographic (METOC), United States Antarctica Program (USAP), and CENTAF Command programs, systems, and equipment. To accomplish these tasks, the Contractor shall provide engineering, technical, and computer services of a non-personal nature encompassing, but not limited to, the following: high level engineering, major acquisition support, system integration, planning, research, development, software support, logistics, and project management. The following is a list of potential taskings. The percentages listed next to the individual taskings are the estimated amount of effort that will be required on any potential contract for this effort. You are requested to provide support documentation that indicates your company has the makeup/depth to adequately perform against each task, with both personnel and past experience. Do not include any documentation or percentages for any company other than your own. This is an analysis of your company???s abilities and what it can or cannot perform. The contractor will be tasked to accomplish the work as specified in the Statement of Work. Divided into three main tasks, the services shall be performed either individually or in combination as specified in accordance with individual task orders. The following table reflects the government???s best estimate as to the future work requirements: Type of Support Services (see SOW for breakdown of efforts) Percentage Task A Engineering Design 20% Task B Technical 40% Task C Computer 40% Respondents are to specify if they meet the requirements for Software Development by being Level 2 or 3 certified under the Software Engineering Institute Capability Maturity Model (SEI-CMM). This is to be indicated by presenting a copy of the successful SEI Audit report/certification. During the support of the following tasks, the contractor shall be required to travel to various locations worldwide via task orders on an ???as required??? basis. A copy of the draft SOW is attached. It is anticipated that a solicitation will be issued for an indefinite-delivery, indefinite-quantity, cost plus fixed fee type contract, with a base year plus four option years and a two-year award term provision. 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. This documentation shall not exceed 20 pages in its entirety. Responses shall be submitted to SPAWARSYSCEN Charleston, Code 0216JB, P.O. Box 190022, North Charleston, SC 29419- 9022, or by e-mail to Joanne.Banks@navy.mil. Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for the past three years and number of employees; (3) ownership, indicating the following applicable business types: Large Business, Small Business, Small Disadvantaged Business, 8(a) Small Business, Women- Owned Small Business, HUBZone Small Business, Service Disabled Veteran- Owned Small Business, and/or Veteran- Owned Small Business; (4) number of years in business; (5) two company 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 subcontractor) or subcontractors (if potential prime contractor); (8) the percentage of work your company can independently perform against each task listed above (do not include any documentation or percentages for any company other than your own ??? no subcontractor information); (9) a list of customers for similar SOW requirements performed during the past five years, including the following: (i) a summary of work performed; (ii) contract number; (iii) contract type; (iv) dollar value for each contract referenced; and (v) a customer point of contact with phone number (this information is required to verify offeror???s performance since the government may contact any reference for further validation); and (10) a copy of the successful SEI Audit report/certification specifying the required Level 2 or 3. 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 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 $25,000,000. THE CLOSING DATE FOR RESPONSES IS 3 FEB 2006.
- 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=7C2A56412DAB4C27882570FB004931FA&editflag=0)
- Record
- SN00969255-W 20060121/060119212733 (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 |