SOURCES SOUGHT
58 -- C41SR Integration and Engineering Support Services
- Notice Date
- 2/7/2008
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston_MKTSVY_58146
- Response Due
- 2/21/2008
- Point of Contact
- Point of Contact - Joanne White, Contract Specialist, 843-218-5935
- E-Mail Address
-
Email your questions to Contract Specialist
(joanne.white@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFI/MARKET SURVEY FOR C4ISR (Command, Control, Communications, Computers, Intelligence, Surveillance, Reconnaissance), IT (Information Technology), and Space C4ISR Systems Support Services SPAWARSYSCEN Charleston is soliciting information from potential sources to conduct a small business set-aside to provide engineering support, software development support, network design and integration support, project management support, testing support, logistics support, and technical support for C4ISR systems at Joint and US Navy commands, as well as select non- DoD agencies. The environment in which these services are to be provided is demanding with little to no fault tolerance. The C4ISR systems supported shall include, but not limited to: a. Automatic Digital Network System (ADNS) b. Integrated Shipboard Network System (ISNS) c. Common PC Operating System (COMPOSE) d. Combined Enterprise Regional Information Exchange System ??? Maritime (CENTRIXS-M) e. Network Management for Naval Networks f. Defense Messaging System (DMS) g. Defense Message Dissemination System (DMDS) h. Naval Modular Automated Communications System II/Single Messaging System (NAVMACS II/SMS) i. Teleport Vendors should have vast experience with C4ISR supported IT systems, including associated software development and integration. Major areas of support include Program Management; Systems Engineering; System Design Documentation and Technical Data; Integration Services; Systems Test and Evaluation Services; Integration and Delivery; Training; Configuration Management (CM) and In-Service Engineering. The contactor shall also have past experience and demonstrate proficiency with providing ISEA support for the systems, subsystems, architectures, equipments, and technologies. The primary places of performance are: Norfolk, VA; Charleston, SC and San Diego, CA. On-site representatives must be provided in these locations. Offerors must be capable of participating in planning and working sessions at SPAWAR Systems Center Charleston SC, and other areas as identified. This is a follow on requirement. It is anticipated that a solicitation will be issued for a single award, indefinite- delivery, indefinite-quantity, Cost Plus Fixed Fee type contract for a base period of one year with four one-year option periods. Firms are invited to submit the appropriate documentation, literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. Maximum page limitation is ten (10) pages on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, via e-mail to joanne.white@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, HUB Zone, Veteran-Owned Business, and/or Service-Disabled-Veteran- Owned; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; and (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) a list of customers for relevant work performed during the past five years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with phone number. 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, nor 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 Small Business set-aside or 8(a) set-aside. The applicable NAICS code is 541330 with a size standard of $25 million. The Closing Date for responses is 21 Feb 2008.
- 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=A1E5AAA72CCA11E1882573E7007232A4&editflag=0)
- Record
- SN01503534-W 20080209/080207231935 (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 |