SOURCES SOUGHT
J -- C4ISR Tactical Vehicle Engineering and Prototyping Services
- Notice Date
- 7/31/2008
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston_MKTSVY_60FE6
- Response Due
- 8/15/2008
- Archive Date
- 8/30/2008
- Point of Contact
- Point of Contact - Calvin L Howard, Contract Specialist, 843-218-5941
- Small Business Set-Aside
- N/A
- Description
- The Space and Naval Warfare SystemsCenter (SPAWARSYSCEN), Charleston, Tactical Command and Control Engineering Division, Code 5.3.1 is soliciting information regarding industry capability to provide C4ISR Tactical Vehicle Engineering and Prototyping services. The contractor shall provide engineering, prototyping and software integration and technical support services required to augment Government Program/Project Managers and Engineers in fulfilling SPAWAR, U.S. Marine Corps, and other Federal Agency tasking. The contractor shall define, design, fabricate/prototype, inspect, test and evaluate, and deliver integrated prototype systems, or other equipment, for installation in strategic and tactical vehicles. The contractor shall provide life cycle support of C4ISR tactical vehicles and related interface systems, subsystems and equipment, and associated programs and projects. The contractor shall develop the necessary engineering processes and documentation to move the resultant products to the production stage (actual production will be accomplished via a separate contract). The necessary tasks to design these products will include defining hardware/ software requirements, fabricate/prototype, inspect, test, and evaluate. Engineering and logistics support will be required in CONUS and OCONUS. The contractor shall provide in-service engineering, prototyping, integration (hardware/ software), product improvement, test and evaluation, and technical support services for various C4ISR requirements and programs such as, but not limited to, the following: Marine Corps, Mine Resistant Ambush Protected (MRAP) and MRAP II vehicles, Joint Explosive Ordnance Disposal (EOD) Rapid Responded Vehicle (JERRV), Air Force and other Department of Defense (DOD) vehicle platforms, Navy C4ISR tactical vehicles, Marine Corps C4ISR tactical vehicles, and other tactical vehicles. The C4ISR tactical vehicles programs/projects are comprised of integrating a number of communications, command and control systems, and other special equipment into the vehicle. The applicable NAICS code is 541330 with a size standard of $25 Million. Potential sources must have demonstrated expertise and proven abilities in engineering and technical support services of a non-personal nature, encompassing, but not limited to, the following: system engineering and prototyping integration support, test and evaluation, installation maintenance and fleet support, configuration management, quality assurance, logistics, and training. Each potential source is requested to provide a description of work performed in the last three years, including specific demonstrated expertise, for each task listed below and stating what percentage they are capable of performing, based on the level of effort estimate provided below. Only provide information on demonstrated performance with examples of reports or other documents. Do not include documentation or percentages for any company other than your own. This is an analysis of your companys ability to perform based on previous experience. 1) Experience and abilities providing engineering and technical services in support of the following: Up- Armored HMMWVs (UAHs), MRAP, C2 On-The-Move Network Digital Over-the- Horizon Relay (CONDOR), JERRV and other C4ISR tactical vehicle programs/projects (30%) 2) Experience and abilities providing engineering and technical support for C4ISR Tactical Vehicles for USMC, Navy, and/or Army programs and systems in the following disciplines areas: (a) Systems Engineering/Integration Experience and abilities providing functions such as program planning, concept exploration, requirements definition, risk reduction activity, design development engineering, vehicle C4I system integration, prototype development, hardware design development, fabrication, engineering drawings, pre-production test and evaluation, installation, and maintaining optimum capabilities in C4ISR tactical vehicles systems (20%). b) Test and Evaluation - Experience and abilities providing engineering and technical expertise to conduct thorough test and evaluation of all operational and functional aspects of newly designed or modified C4ISR tactical vehicle systems, equipment or computer software. Test bed design, environmental test, system inspection, system integration/qualification test, production acceptance test, and failure analysis (15%). c) Systems Installation, Maintenance and Fleet Support - Experience and abilities providing technical and engineering services to install equipment, conduct integration testing, resolve interface problems, analyze other technical problems, correct deficiencies in hardware, software and documentation, and ensure the continuous updating of configuration baseline. Experience providing hardware and software installation and integration of C4ISR tactical vehicle systems, USMC C4ISR projects, program or systems, subsystems, and equipment. Experience providing repair, troubleshooting, site support, on-call support (24 hours/day, 365 days per year), and technical assistance for fielded USMC C4ISR systems (10%). d) Configuration Control - Experience and abilities providing configuration management support for C4ISR tactical vehicle requirements to include planning, baseline management, configuration identification, configuration audits, formal qualification review, engineering changes, and configuration management records and reports (5%) e) Quality Assurance (QA) - Experience and abilities providing engineering, technical and analytical support in quality assurance planning, verification and validation, acceptance testing, internal inspection, inspection system and independent verification and validation in C4ISR systems. ISO-9000 certification is required (5%). f) Logistics - Experience and abilities providing engineering, technical and analytical support to C4I tactical vehicle integration requirements and Integrated Logistic Support (ILS) elements and disciplines for C4ISR Tactical Vehicles and related USMC C4ISR systems and projects (8%). g) Training - Experience and abilities providing provide engineering, technical, analytical, and instructional support for C4ISR systems and requirements, programs and/or projects in accordance with the Navy and USMC instructional guidelines (7%). This notice is for planning purposes only. It is anticipated that a formal solicitation will be issued in the near future, after market research has been conducted, for an Indefinite Delivery/Indefinite Quantity, Cost-Plus- Fixed-Fee, Cost-Plus-Incentive-Fee, Performance-Based contract, with a provision for Firm Fixed Price type task orders. The period of performance shall include a one year base period with four (4) one-year option periods. The estimated level of effort for this service is 888,000 hours per year with approximately 87% of the effort in labor and 13% of the effort in other direct costs. Firms are invited to submit appropriate documentation (e.g., literature, brochures, and references) showing that they possess the required capabilities necessary to meet or exceed the stated requirements. Responses are not to exceed seven pages. 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: Large, Small, Small Disadvantaged, 8(a), Woman-Owned, HubZone, Veteran- Owned, 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; (6) DUNS Number; (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers covering the past five years; highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number. Responses shall be submitted via email to SPAWARSYSCEN Charleston, Calvin Howard, Contract Specialist at calvin.howard@navy.mil. Request that name of firm be stated in the subject line of the email message. Notice Regarding Market Survey: This market survey 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 and any follow-up information requests. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a SB set- aside or 8(a) set-aside based on responses to this market survey. This market survey closes fifteen days after issuance.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8bf5f1e96f0a07373a1a2070d2bd2aef&tab=core&_cview=1)
- Record
- SN01627680-W 20080802/080731221902-8bf5f1e96f0a07373a1a2070d2bd2aef (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 |