Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2006 FBO #1668
SOURCES SOUGHT

76 -- Maintenance and repair of satellite communications systems

Notice Date
6/19/2006
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_3787E
 
Response Due
7/5/2006
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center, Charleston (SPAWARSYSCEN, Charleston) is soliciting information from potential sources to provide design, integration, testing, certification, and elements of the Logistics Support Master Plan/Life Cycle requirements support for the Joint Forces Programs and Services related to communication systems, with specific expertise in the integration of the SATCOM and TACTCOM family of satellite systems, subsystems and associated equipment. The Contractor???s capabilities must include the following: ?? Technical services ?? Logistic services ?? Product Support ?? SATCOM and TACTCOM Training services ?? Flyaway Tri-Band Satellite Terminal (FTSAT) ?? Flyaway Tri-band Satellite Hub Terminal (FTHUB) ?? Quad Band Dual Hub Satellite Terminals ?? Transit Case Quad-Band Dual Hub Terminal ?? Tactical HMMWV Mounted HUB/GMF SATCOM Terminal Satellite ?? Deployable Multi-Channel Terminal (DMCS) ?? Ground Multi-band Terminal (GMT) Terminals ?? Tactical Land Mobile Radio Equipment ?? Command Post Radio Equipment ?? Digital Voice Logging Equipment ?? Tactical Communication Equipment and Antenna ?? Communication Towers This effort is intended to provide support to joint forces commands assigned in communications support of missions in the Combatant Command Areas of responsibility currently supported by Central Command, Special Operations Command, Joint Forces Command and Joint Services Commands. Services provided will directly support the training, Life Cycle Support and Maintenance of systems, Returned Material Authorization (RMA) of equipment in and out of warranty and associated equipment procured, supported and/or maintained under the current Joint Support initiatives of Code 59. The contractor shall provide support to the US Combatant Commands and Joint Forces Commanders and their associated support organizations with life cycle support and maintenance, return of material for refurbishment, upgrades, repair and/or replacement of Tactical and Satellite Communications systems, sub-systems and component providing support services including but not limited to the staging, configuration, deployment, integration, operation and maintenance of communication systems such as the AN/USC-60 family, AN/TSC-168 family, AN/TSC-161 family, DMCS family, GMT family and associated architecture of these systems and associated ancillary equipment within the systems, Land Mobile Radio family and associated equipment, communication antennas, communication towers, (LMR) systems, Command Post Radio (CMP) radio configuration equipment and ancillary equipment, Digital Voice Logging Recorder (DVLR) systems and ancillary equipment. Support extends to the operation of Government Furnished Equipment or Contractor provided warehouse and staging facilities, transportation of components to the Government designated locations as well as providing assistance to the end user in the integration, operation, provisioning and maintenance of the system. Contractor shall support field training and servicing and shall, when required provide direct support to end user elements in the field. The contractor shall provide real time web based project management with integrated logistics support to include complete system and life cycle support, maintenance services, System Administration, Network Support, Operations and Maintenance (O&M) for Automated Information Systems (AIS). A Firm Fixed Price, Indefinite Delivery/Indefinite Quantity one year contract with four one year options is anticipated. The NAICS Code is 811213 and the applicable size standard is $6.5 Million. NO SOLICITATION WILL BE MADE AVAILABLE AS A RESULT OF THIS ANNOUNCEMENT. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Any firm that believes it can meet the above requirements may give written notification to the individual identified below. Supporting evidence to include appropriate documentation, literature and references must be furnished in sufficient detail to demonstrate the high level of proficiency required to comply with the above requirements. Include current status of or ability to provide life cycle support and maintenance of Tactical and Satellite Communications systems, sub- systems and components with specific expertise in the above qualification system configurations and services support. This documentation shall include: 1) name and address of firm; 2) size of business: average annual revenue for past three years and number of employees; 3) ownership: Large, Small, Small Disadvantaged, 8(a), Woman-Owned, Veteran Owned, and/or Service Disabled Veteran Owned; 4) number of years in business; 5) technical capability; 6) affiliate information??? parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); 7)a list of customers covering the past 5 years, highlight relevant work performed including a summary of work performed that substantiates the ability to meet the requirements described herein along with, contract numbers, contract types, dollar value for each contract referenced, and a customer point of contact, including phone number. The data submitted shall be limited to no more than five (5) pages. Comments and/or responses shall be submitted via e-mail to SPAWARSYSCEN Charleston, Code 025BY, Brenda Yopp at: Brenda.yopp@navy.mil. Any response to this announcement must be received no later than 14:00 EST 5 July 2006. All responses will be evaluated; however, a determination by the Government not to compete the proposed action is solely within the discretion of the Government.
 
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=E2AFC08A1BA5532188257192005E3DD2&editflag=0)
 
Record
SN01073307-W 20060621/060619222600 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.