SOURCES SOUGHT
D -- SPECIAL WARFARE AUTOMATED LOGISTICS INFORMATION SYSTEM (SWALIS) - MATRIX - STATEMENT OF WORK (SOW)
- Notice Date
- 5/14/2010
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Navy, Naval Special Warfare Development Group, Naval Special Warfare Group One, 3632 Guadalcanal Road, Bldg. 165 West, San Diego, California, 92155
- ZIP Code
- 92155
- Solicitation Number
- H92240-10-R-0514
- Archive Date
- 6/8/2010
- Point of Contact
- Amando L Lastrella, Phone: 619-537-1944, Gloria D. Kelley, Phone: (619) 537-1136
- E-Mail Address
-
amando.lastrella@navsoc.socom.mil, gloria.kelley@navsoc.socom.mil
(amando.lastrella@navsoc.socom.mil, gloria.kelley@navsoc.socom.mil)
- Small Business Set-Aside
- N/A
- Description
- SWALIS Requirements. ATTACHMENT (1) - Matrix The Naval Special Warfare Command seeks market pricing and sources capable of performing the work outlined in the Statement of Work (SOW) from both Open Market and GSA Schedule sources. Respondents should be aware that the Government may or may not pursue a contract action for these services. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 541511, size standard $25M. All prospective Contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DOD contract. Prospective Contractors are cautioned to ensure that the proper NAICS code appears in their CCR. The Navy has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime Contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a capabilities package in seven (7) separate parts as listed hereafter. The package should be brief and concise, yet clearly demonstrates an ability to meet the stated requirements. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Market Pricing for sustainment and travel (reference SOW paragraphs 9(series) and 10), Capability Statement (not to exceed 12 pages), Proposed Labor Category Listing, by location, that includes labor category description and man-hour labor rates (i.e. includes fully burdened overhead), Past Relevant Experience within the calendar years 2008, 2009, and 2010 Company Name, Contract Number, Contract Amount, Period of Performance, Point of Contact info (name, phone #) Functional Area (FA) implementation Automated Information Data Capture (AIDC) methodology (reference SOW paragraph 1.6.3) Provide an example of training curriculum development experience and sample representative course/topic outline (reference SOW paragraph 1.6.8). Fill-in Matrix document (Attachment 1). The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the interested parties for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation maybe published and posted on the FedBizOpps website. Please submit an electronic copy of your response to Amando.Lastrella @navsoc.socom.mil. Statements should be submitted no later than 24 May 2010, 0900 Pacific Standard Time. The Government will endeavor to answer any questions interested parties may have. Note, All questions must be submitted in writing to amando.lastrella@navsoc.socom.mil by 18 May 2010 for consideration.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/N47898/NSWG/H92240-10-R-0514/listing.html)
- Place of Performance
- Address: Naval Special Warfare Command, 2000 Trident Way; Bldg 603, San Diego, California, 92155, United States
- Zip Code: 92155
- Zip Code: 92155
- Record
- SN02149702-W 20100516/100514234545-d1eee0e9b19f19a6d6ecfedcaa98e81d (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 |