Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOURCES SOUGHT

36 -- Tagging, Tracking and Locating Equipment

Notice Date
7/11/2007
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_49012
 
Response Due
7/26/2007
 
Small Business Set-Aside
N/A
 
Description
SPAWARSYSCEN, Charleston is soliciting information from potential sources to provide, track and repair Tagging, tracking and Locating (TTL) equipment. This effort is to procure from various manufacturers, commercially available, covert, non- developmental technical surveillance equipment from a Value Added Reseller (VAR). The general equipment to be procured includes: data loggers, beacons, audio surveillance systems, video surveillance systems, secure communications systems, computer forensic exploitation systems and sensors. This notice is for planning purposes only. If satisfactory responses are received a solicitation may be issued for an indefinite delivery, indefinite quantity Firm Fixed-Price contract. Firms are invited to submit documentation, literature, brochures and references to support that they possess the required capabilities necessary to meet or exceed the stated requirements. Responses shall be submitted to SPAWARSYSCEN Charleston, Code 025PL, Penny.Leya@navy.mil A Cost Plus Fixed-Fee, Indefinite Delivery/Indefinite Quantity type contract with a base period plus four (4) one year options is anticipated. The NAICS Code is 334220 and the applicable size standard is 750 employees. NO SOLICITATION WILL BE MADE AVAILABE AS A RESULT OF THIS ANNOUNCEMENT. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Any firm that believes it can meet these 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. 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 025PL, Penny Leya at: Penny.Leya@navy.mil. Any response to this announcement must be received no later than 14:00 EST 26 July 2007. 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=E5DF8334BC260EFE882573150065DB21&editflag=0)
 
Record
SN01339776-W 20070713/070711224736 (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.