Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2010 FBO #3238
SOURCES SOUGHT

58 -- Depot Level Technical Support

Notice Date
10/4/2010
 
Notice Type
Sources Sought
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
SSC-Pacific_MKTSVY_8AA4A
 
Response Due
10/18/2010
 
Archive Date
11/2/2010
 
Point of Contact
Point of Contact - Chris Thompson, Contract Specialist, 619-553-7204
 
E-Mail Address
Contract Specialist
(chris.thompson1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT NOTICEREPRESENTS A MARKET SURVEY AND ISNOT A REQUEST FOR PROPOSALS ORAN INVITATION FOR BIDS. The Spaceand Warfare Systems Center Pacific(SPAWARSYSCEN PAC) is seekinginterest and capability statements fromsmall business concerns that canprovide on-site effort that includesmaintaining and operating arestoration depot, fabrication,manufacturing, re-manufacturing,restoration, repair, overhaul, calibrationinvolving: electro-mechanical,mechanical units both ground andairborne, assemblies, subassemblies,and test equipment. Depot levelperformance includes: Command,Control, Communications, Computers,Intelligence, Surveillance, andReconnaissance (C4ISR) verificationcheckout, testing and repair, onshipboard C4ISR equipment andsystem level training, Automatic TestEquipment (ATE), and TechnicalPerformance Standards (TPS)development and upgrades. Depotwork is accomplished in a Governmentfacility. The contractor shall perform allservices to receive equipment orsubassemblies, verify the material andunit condition. The contractor shalldeliver completed restored/repairedunits to the Naval Supply System oruser activity. Provide tracking, control,and Preventive Maintenance Servicing(PMS) such as observing operationalcharacteristics and filter cleanliness.Perform the services for repair andcalibration of cryptographic equipment.Provide mechanical, electro-mechanical, and electronicmanufacturing evaluation forcompliance with performancerequirements for design, development,test, and acquisition as related to eachsystem. Perform Computer AidedDesign/Computer AidedEngineering/Computer AidedManufacturing (CAD/CAE/CAM) workassociated with mechanical andelectronic design, analysis, andmanufacturing. There areapproximately 66 FTEs currentlyperforming this requirement, and theworkload is expected to continue atcurrent levels, but the workload issusceptible to fluctuations. Thissynopsis is for information andplanning purposes and is not to beconstrued as a commitment by thegovernment. No contract will beawarded from this announcement. Noreimbursement will be made for anycosts associated with providing theinformation in response to thisannouncement or any follow-upinformation requests. The Governmentreserves the right to make this a set-aside, a partial set-aside, or no set-aside at all. This acquisition isanticipated to be a Cost Plus Fixed Fee(CPFF) type contract, with a period ofperformance of one base year and fourone year option periods to extend theterm of the contract. Specificrequirements will be included in theperformance-based statement of work,which will be made available with thesolicitation when released. Firms areinvited to submit appropriatedocumentation, literature, brochuresand references to support that theypossess the required specializedexperience. Responses must includethe following: (1) name and address offirm; (2) size and type of business:average annual revenue for the pastthree years, number of employees,amount of cash on-hand, amount oflines of credit (if applicable); (3)ownership/government/self-certificationbusiness information (e.g. 8a,SDVOSB, HUBZONE, etc); (4) numberof years in business; (5) two points ofcontact: name, title, phone, fax andemail; (6) a list of customers coveringthe past three years; (7) highlightrelevant work including a summary ofwork performed, contract number,contract type, dollar value, and identifyyour role as either the Prime orSubcontractor. Summaries should beno longer than five pages in length.The NAICS code for this requirement isanticipated to be 334290. Allsummaries should be submitted by e-mail no later than 3 p.m. Pacific, on 18October 2010 tochris.thompson1@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/SSC-Pacific_MKTSVY_8AA4A/listing.html)
 
Place of Performance
Address: 4297 Pacific Highway Building 7 South, San Diego California
Zip Code: 92110
 
Record
SN02305161-W 20101006/101004234337-a26bb7d7f97da7780a89e5881ead2053 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.