SOURCES SOUGHT
63 -- Engineering and Technical Services for Cryptologic Systems and Antennas (ETSCSA)
- Notice Date
- 8/21/2008
- 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_63E56
- Response Due
- 9/5/2008
- Archive Date
- 9/20/2008
- Point of Contact
- Point of Contact - Deborah McNeely, Contract Specialist, 843-218-5905<br />
- Small Business Set-Aside
- N/A
- Description
- The Space and Naval Warfare SystemsCenter (SPAWARSYSCEN), Charleston issoliciting information from potentialsources to provide engineering andtechnical services (ETS) required tosupport Cryptologic Systems andAntennas and associated equipment.This effort also includes TransportableRadio Direction Finding (TRDF),PRIVATEER, MARITIME TOXIC PEN,COBLU and other Tactical CryptologicSystems (TCS) installed on U.S. Navy(USN) ships and shore stations and theUnited Kingdom (UK) Royal Navy (RN)ships and shore stations. This supportwill include the following areas:Technical Assistance, SystemsEngineering, Logistics Analysis,Maintenance Documentation, SystemsPerformance Analysis, ConfigurationManagement, Installation Support,Hardware Engineering, EquipmentOverhaul and Refurbishing.This procurement is a follow-on tocontract N65236-04-D-7856. Theincumbent contractor is SouthwestResearch Corporation of San Antonio,TX. A DRAFT Performance WorkStatement (PWS) is included asAttachment (1). We are looking forcompanies with experience in the typeof work as described in the draft PWS.It is anticipated that a solicitation willbe issued for an Indefinite DeliveryIndefinite Quantity Cost Plus Fixed FeePerformance based type contracthowever, the final decision as tocontract strategy has not be made.The period of performance planned isa base year and four one-year optionperiods. The Government estimate forthis effort is $15M. Firms are invited tosubmit appropriate documentation asdescribed above in addition to anyliterature, brochures, and referencesnecessary to support that they possessthe required capabilities necessary tomeet or exceed the statedrequirements. There is a limit of five(5) pages on data submitted notincluding brochures. Responses shallbe submitted via e- mail toSPAWARSYSCEN, Charleston, DeborahD. McNeely, Senior Contract Negotiator,at deborah.mcneely@navy.mil or bymail to SPAWARSYSCEN Charleston,Code 226DM, P.O. Box 190022, NorthCharleston, SC 29419-9022. Includethe name of your firm in the subjectline of your e-mail message.Responses must include the following:1) name and address of firm; (2) sizeof business: average annual revenuefor past three years and number ofemployees; (3) ownership: Large,Small, Small Disadvantaged, 8(a),HuBZone, Woman-Owned, Veteran-Owned and/or Service Disabled Veteran- Owned; (4) number of years inbusiness; (5) two points of contact,including: name, title, phone, fax, ande-mail address; (6) DUNS Number (ifavailable); (7) affiliate information:parent corporation, joint venturepartners, potential teaming partners,prime contractor (if potential sub) orsubcontractors (if potential prime); (8)a list of customers covering the past 5years; highlight relevant work includinga summary of work performed, contractnumber, contract type, dollar value foreach customer reference, and customerpoint of contact with phone number.NOTE REGARDING SYNOPSIS: Thissynopsis is for information andplanning purposes and is not to beconstrued as a commitment by thegovernment. This is not a solicitationannouncement for proposals and nocontract will be awarded from thisannouncement. No reimbursement willbe made for any costs associated withproviding information in response tothis announcement nor any follow-upinformation requests. Respondents willnot be notified of the results of theevaluation. Based on the analysis ofthe responses hereto, the Governmentreserves the right to consider a set-aside for one of the small businesspreference groups (i.e., 8(a), SDB,SDVO, etc..). The Government isencouraging industry to provide theircomments about the PWS. Responsesare required by 1300 EST on 5September 2008. The applicableNAICS code is 541330 with a sizestandard of $25M. Please referenceNo. 08R0235 when responding to thisMarket Survey.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=591175c0a7ba68c20557bef2d969855c&tab=core&_cview=1)
- Record
- SN01647536-W 20080823/080821222857-591175c0a7ba68c20557bef2d969855c (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 |