MODIFICATION
J -- Battlespace Awareness (BA) Portfolio Preferred Program Small Business Set-Aside
- Notice Date
- 8/3/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- N65236-11-R-0082
- Response Due
- 9/22/2011
- Archive Date
- 10/22/2011
- Point of Contact
- Point of Contact - Angela Carter, Contract Specialist, 843-218-5932; Kathy Breitkreutz, Contracting Officer, 843-218-5933
- E-Mail Address
-
Contract Specialist
(angela.e.carter@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 3 Aug 2011 - Space and Naval Warfare Systems Center (SPAWARSYSCEN)Atlantic, Charleston, SC intends to issue a request for proposals (RFP) N65236-11-R-0082 for the procurement of Battlespace Awareness (BA) Supportservices. The anticipated work will support a broad range of Government services andsolutions (equipment and services) associated with full system lifecyclesupportincluding: research, development, test, evaluation, production and fielding ofsustainable, secure, survivable, and interoperable Command, Control,Communications, Computers, Combat Systems, Intelligence, Surveillance,Reconnaissance (C5ISR), Information Operations, Enterprise InformationServices (EIS) and Space capabilities. The BA Portfolio requirementsencompass solutions that enable information dominance and meets demandsfor uninterrupted vigilance, fail-safe cybersecurity, adaptive response andengineering excellence by delivering secure, integrated and innovativesolutions to many naval, joint and national agencies. Tasks will includeeffortsrelated to services for systems and organizations that observe adversaryactivity, collect data, and process it into information and intelligence. The applicable NAICS code is 541330 with a size standard of $27 Million. TheGovernment estimate for this solicitation is approximately $99 million. Thissolicitation will be a preferred program small business set-aside. Thecontractor will be tasked to accomplish the work as specified in the PWS. TheGovernment anticipates award of an indefinite delivery, indefinite quantity(IDIQ), performance-based contract that will provide for the issuance of cost-plus-fixed-fee, fixed-price-incentive (firm targets) and firm-fixed-price taskorders. The period of performance includes a base year and four one-yearoption periods. The estimated release date for the formal RFP is August2011. Question pertaining to this synopsis may be addressed to the ContractSpecialist, angela.e.carter@navy.mil, telephone: 843-218-5932. This synopsis is for informational and planning purposes only and does notconstitute a solicitation for bid or proposals, and is not to be construed as acommitment by the Government. The information provided herein is subject tochange and in no way binds the Government to solicit for or award acompetitive contract. Unless otherwise stated herein, no additional writteninformation is available, and no formal Request for Proposal (RFP) or othersolicitation regarding this announcement is currently available. Requests forthe same will be disregarded. If a solicitation is released it will be found ontheFEDBIZOPS and the SPAWAR E- COMMERCE webpage: https://e-commerce.sscno.nmci.navy.mil It is the potential offeror's responsibility tomonitor these sites for the release of any solicitation.This future opportunity notice is to advise industry that SPAWARSYSCENLANTintends to issue a preferred program small business set-aside Request forProposal (RFP) for Battlespace Awareness (BA). The Performance WorkStatement (PWS) has been posted for the Battlespace Awareness preferredprogram small business set-aside acquisition with an estimated value of$99M. This acquisition is part of SSC-LANT's acquisition strategy centeredaround the Competency Aligned Organization business portfolios andspecifically supports the Battlespace Awareness Portfolio. A competitive,performance-based multiple award contract will be awarded with provisions forcost-plus-fixed-fee, firm-fixed-price and fixed price incentive (firm targets)orders. The ordering period will include a base year with four one-year options. A DRAFT COPY of the Performance Work Statement has been posted onSPAWARSYSCEN Atlantic's e-commerce website. THE DRAFT DOCUMENT IS FOR INFORMATIONAL PURPOSES ONLY AND SHALLNOT TO BE CONSTRUED AS THE FINAL VERSION OF THIS DOCUMENT. This is nota solicitation announcement, or a request for proposals. The informationprovided herein is subject to change and in no way binds the Government tosolicit for or award a competitive contract. It is the offeror's responsibility to monitor SPAWARSYSCEN Atlantic'secommerce website for the release of the FORMAL RFP and amendments (ifany). Firms are encouraged to review the web site regularly for updatedinformation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/N65236-11-R-0082/listing.html)
- Record
- SN02520159-W 20110805/110803235339-7382178486adee7be23648c075199835 (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 |