Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2007 FBO #2174
SOURCES SOUGHT

J -- System of Systems Integration

Notice Date
11/7/2007
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_53552
 
Response Due
11/21/2007
 
Point of Contact
Point of Contact - Jackie Luna, Contract Specialist, 843-218-5959
 
E-Mail Address
Email your questions to Contract Specialist
(jackie.luna@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis for System of Systems Integration The Space and Naval Warfare Systems Center (SPAWARSYSCEN) Charleston is soliciting information from potential sources to provide SYSTEM OF SYSTEMS INTEGRATION services to define, procure, fabricate, assemble, integrate, test, inspect, and deliver an integrated system, or other equipment, for installation on shore sites and maritime / tactical platforms and vehicles (i.e. including but not limited to Common Submarine Radio Room and Deployable Mission Suites). This requirement will include the SPAWAR C5ISR Production Program for both strategic and tactical platforms. C5I programs to be supported include but are not limited to: CSRR, TOCNET, VRC- 110, and Deployable Mission Suites. The work performed under this contract will encompass technical support to systems engineering, production integration, test, large-scale fabrication, and NDI procurement. 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 the percentage of work your company can perform against each task listed next to the taskings for evaluation. 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 singly 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 Production Management Support (SOW Para. 5.1) 20% Task B Production Engineering Support (SOW Para. 5.2) 20% Task C Production Execution (SOW para 5.3) 60% The Contractor must be ISO 9001:2000 registered. SPAWARSYSCEN, Chasn is currently level 3 in the Capability Maturity Model Integration (CMMI) and moving to level 4. The contractor will be expected to be familiar with CMMI methodology and able to support SPAWAR achievement of higher maturity levels. A copy of the draft SOW is posted at the SPAWARSYSCEN Charleston E- Commerce Business Opportunity webpage. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an indefinite-delivery, indefinite-quantity cost-plus-incentive-fee/cost-plus-fixed- fee/firm-fixed-priced type contract, with task orders. The estimated contract value for this procurement is $249.5M. 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. There is a page limit of five (5) on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, Code 2.2.2JL (formerly known as 028JL), via e-mail to jackie.luna@navy.mil. Responses must include the following (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-owned, HUBZone, and/or Veteran-Owned Business; (4) number of years in business; (5) two 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 sub) or subcontractors (if potential prime); (8) the percentage of work your company can perform with respect to the stated requirements (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); (9) a list of customers for relevant work performed during the past five years, including a summary of work performed, contract numbers, contract type, dollar value for each contract referenced, and a customer point of contact with phone number (this information is required to verify offeror???s performance; the government may contact any reference for further validation.) NOTE REGARDING SYNOPSIS: 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, or any follow-up information requests. Respondents will not be notified of the results of the evaluation. Based on the analysis of the responses hereto, the Government reserves the right to consider a set- aside for one of the small business preference groups (i.e. 8(a), SDB, SDV, etc.). The applicable NAICS codes is 541330 with a size standard of $25 million. The Closing Date for responses is 21 November 2007.
 
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=D83F7D607BFC30658825738C006B4522&editflag=0)
 
Record
SN01448746-W 20071109/071107224417 (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.