SOURCES SOUGHT
70 -- TTWCS V5.4.1 X86 Rugged Rack Mount Processors
- Notice Date
- 4/20/2011
- Notice Type
- Sources Sought
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- N63394 NAVAL SURFACE WARFARE CENTER, CALIFORNIA 4363 Missile Way Port Hueneme, CA
- ZIP Code
- 00000
- Solicitation Number
- N6339411R1234
- Response Due
- 5/3/2011
- Archive Date
- 5/18/2011
- Point of Contact
- Catherine S. Jones
- Small Business Set-Aside
- N/A
- Description
- TTWCS V5.4.1 X86 Rugged Rack Mount Processors Solicitation Number: N63394-11-R-1234 Agency: Department of the Navy Office: Naval Sea Systems Command Location: NSWC Port Hueneme Division The Naval Surface Warfare Center, Port Hueneme Division (PHD NSWC) anticipates a contract requirement to provide procurement, development and, production quantities of the Tactical Tomahawk Weapons Control System (TTWCS) Rugged Rack Mount Processor (RMP) Units and Drives. The primary North American Industry Classification System (NAICS) code for this procurement is 334 -- Computer and Electronic Product Manufacturing/334111 -- Electronic Computer Manufacturing. Classification code is 70 -- General purpose information technology equipment. The anticipated performance period is five (5) years and includes a 12-month base period and four 12-month option periods beginning in August 2011. This will be a Firm Fixed Price contract. It is anticipated that the Request for Proposal (RFP) will be issued in June 2011. Geographic Zone 6, Southwest Zone applies. It is requested that all interested Small Business concerns, including but not limited to HUBZone, 8(a) Small Disadvantaged Business (SDB), and service Disabled Veteran Owned Small Businesses (SDVOSB), respond with a Capability Statement of a maximum of 10 pages to be used to determine the availability of Small Business concerns for this requirement. Interested Small Business concerns must identify their small business socio-economic categories. The Capability Statement shall succinctly address the following three items to demonstrate the contractor ™s capability to perform the requirements of this Performance Work Statement: (1) The contract ™s ability to manage, as prime contractor, the types and magnitude of tasking in the PWS; and (2) The contractor ™s technical ability, or potential approach to achieving technical ability, to perform at least 50% of the cost of the contract incurred for personnel with its own employees; and (3) The contractor ™s capacity or potential approach to achieving capacity, to conduct the requirements of the PWS. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. Demonstrated ability to manage, technical ability and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor ™s approach to demonstrate capability. NOTE: Only information provided in the written Capability Statement shall be considered. DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVALIABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCE SOUGHT NOTICE IS STRICTLY VOLUNTARY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339411R1234/listing.html)
- Record
- SN02429531-W 20110422/110420235726-74610a4a5cf4774cb32ee45feb931656 (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 |