SOURCES SOUGHT
18 -- C4ISR, Space, Missile defense, and Transformational Communications
- Notice Date
- 1/10/2008
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
- ZIP Code
- 35807-3801
- Solicitation Number
- W9113M08RC4ISR
- Response Due
- 1/24/2008
- Archive Date
- 3/24/2008
- Point of Contact
- Jessica Janicek, 719-554-8746
- E-Mail Address
-
Email your questions to US Army Space and Missile Defense Command, Deputy Commander
(jessica.janicek@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The SMDC/ARSTRAT Contracting Office at Peterson Air Force Base (PAFB) Colorado Bldg 350 Vandenberg St., Bldg 3, Peterson AFB, CO, 80914-4914. seeks potential sources to provide U.S. Army Space and Missile Defense Command (USASMDC) / U.S. Army Strateg ic Command (ARSTRAT) and agencies with the following: Description: This sources sought synopsis is published for market research purposes and to identify potential sources interested and capable of providing U.S. Army Space and Missile Defense Comman d (USASMDC) / U.S. Army Strategic Command (ARSTRAT) and agencies which collaborate with them on definition, planning, development, and execution of Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR), Space, Missile defense, and Transformational Communications (TC) missions. Typical tasks will include development of tools and architectures, vision statements, and doctrine; program services to include planning, development, fielding, implementation, integration , installation, and documentation; modeling, simulation, and integration; technical services to define and exploit existing and future communications capabilities; rapid prototyping, limited fabrication, and limited procurement or production of communicati ons systems; operational services; testing; training; independent verification and validation; integrated logistics services; programmatic services; and analysis of emerging technologies. A best value source selection is anticipated as the method of con tractor selection. The Government anticipates contract performance period will be 5 years. Contract type has not yet been determined; however, the current contract type is Indefinite Delivery Indefinite Quantity Cost Plus Fixed Fee. The North American Indu stry Classification Systems (NAICS) Code proposed for the requirement is 541712. Additional information, as it becomes available, will be posted as well as amendments to this announcement. All amendments will be available for viewing on FedBizOps (FBO) at http://www.fbo.gov. It is the responsibility of the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (D FARS) 252.204-7004, Central Contractor Registration (CCR) is required. Lack of registration in the CCR will make an offeror ineligible for contract award No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided by industry to the Government as a result of this source sought is voluntary. Respons es will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or Government use of such information. The information obtained from industry response s to this notice may be used in the development of the acquisition strategy and future request for proposal. All businesses capable of providing these services are invited to respond. The Government requests interested parties submit a brief descript ion of their company's business size, business status (i.e., small business, disadvantaged, HUB zone, woman-owned), anticipated teaming arrangements, and a description of capabilities and similar services offered to the Government or to commercial customer s. Include contract magnitude and points of contact (POC) for each example provided (name of the POC, address, e-mail, telephone number, fax number, and the company's web page, if applicable). Please limit your response to not more than 10 single-sided pag es. Each submission should include one electronic (virus scanned) copy sent via e-mail to the POCs listed under Original Point of Contact. Electronic submission s are preferred. Paper copies are optional. Hard copy submissions to this notice should be sent to: SMDC-RDC-W, ATTN: Anna Partee, 350 Vandenberg St., Bldg 3, Peterson AFB, CO 80914-4912. E-mail or hard copy replies to this announcement are due no later th an close of business Mountain Standard Time on 24 January 2008. It is the Governments intention to conduct an Industry Day for all interested parties, date, time and location to be determined, at Colorado Springs, CO. Request interested parties desiring t o participate in the Industry Day so designate their attendance desire with their information submittal to the POCs identified below. Point of Contacts: Anna Partee, Contracting Officer, Phone 719-554-1968, Email anna.partee@smdc-cs.army.mil; or Jessica Janicek, Contract Specialist, Phone (719) 554-8746, Fax (719) 554-8405, Email: jessica.janicek@smdc-cs.army.mil. Places of Performance: Peterson AFB, CO and other U.S. locations.
- Place of Performance
- Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
- Zip Code: 35807-3801
- Country: US
- Zip Code: 35807-3801
- Record
- SN01483120-W 20080112/080110224706 (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 |