DOCUMENT
D -- Naval Computer and Telecommunications Area Master Station Pacific (NCTAMS PAC) Operations & Maintenance. - Attachment
- Notice Date
- 8/16/2011
- Notice Type
- Attachment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- Solicitation Number
- N0060411R3006
- Point of Contact
- Jason H. Thomas 808-473-7564 Kathy Atoigue: 808-473-7566
- Small Business Set-Aside
- Partial Small Business
- Description
- The NAVSUP, Fleet Logistics Center, Pearl Harbor, Regional Contracting Department intends to issue a Request for Proposals (RFP) for Operations and Maintenance (O&M) of multiple communications facilities operating under Naval Computer and Telecommunications Area Master Station Pacific (NCTAMS PAC). This is a follow-on effort to contracts N0060408C0002, N0017805D4540-NWO1, W91QUZ06D0018-EP01, W91QUZ07D0003-EP02, and W91QUZ07D0003-1F02. The programs supported by the proposed contract(s) include, but are not limited to the Fixed Submarine Broadcast System (FSBS), High Frequency Global Communications System (HFGCS), Ballistic Missile Defense System (BMDS), Global Broadcast Service (GBS), TELEPORT, Defense Satellite Communications Systems (DSCS), Defense Information Systems Agency (DISA) Standard Tactical Entry Point (STEP) Promina nodes, Ka-Band Satellite Transmit & Receive System (KA-STARS), Tactical Support Communications (TSCOMM), Surveillance Towed-Array Sensor System (SURTASS), Global Command and Control System (GCCS) Information Technology (IT) Support, Regional Top Level Architecture (R-TLA), Rapid Attack Identification Detection & Reporting System (RAIDRS), Mobile User Objective System (MUOS), and Information Management Support (IMS). The RFP will also include requirements for facilities, emergency power, and grounds maintenance. Top Secret and COMSEC security clearances are required. The proposed acquisition will include a partial small business set-aside. Lot 1 (CLIN ™s 0100 “ 0105) for Operations & Maintenance of the Naval Radio Transmitter Facility (NRTF) at Dixon, California is to be set-aside 100% for small business. The remainder of the CLIN ™s (LOT 2) will be solicited on an unrestricted basis. The Government anticipates that this RFP may result in multiple Fixed Price contracts. The North American Industry Classification System (NAICS) code for this requirement is 561210 with a small business size standard of $35.5 million. All responsible firms may submit an offer. It is currently anticipated that the contract(s) will consist of a one-month phase in period, a six-month base period, four one-year option periods, and a final 5-month option period. Total contract period, to include options, shall not exceed 60 months. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. In either case, the Government will not synopsize the options when exercised as all options will be evaluated at time of award. The selection process will be conducted in accordance with FAR Part 15 and 19. Due to the critical nature of the services to be provided, offers will be evaluated in terms of the Technical Submission (Factor 1, including 4 sub-factors), Past Performance (Factor 2), Small Business Utilization (Factor 3) and Cost/Price (Factor 4). The factors are listed in descending order of importance. When Factors 1 through 3 are combined, they are significantly more important than Factor 4, Cost/Price. It is anticipated that the solicitation will be available on or about 22 September 2011. The solicitation closing date will be no less than 30 days after the issuance of the solicitation package. The actual date and time will be identified in the solicitation. Site visits will be conducted during the solicitation period. Dates, times, and locations will be announced concurrently with the release of the RFP, but generally will be conducted within 2 weeks of the RFP release date. The RFP will be posted on the Navy Electronic Commerce Online (NECO) web site at https://www.neco.navy.mil and will also be available for download at http://www.fedbizopps.gov/. Offerors wishing to submit an offer are responsible for downloading their own copy of the RFP from these websites and to frequently monitor the sites for any amendments to the RFP. An offeror ™s list will not be maintained by this office. No telephone or fax requests for the RFP package will be accepted. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of offers may render a contractor ™s offer non-responsive and result in rejection of the same. Interested offerors must be registered in the Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. Offerors will need their DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. Any questions must be submitted in writing via e-mail to Online Representations and Certifications Application (ORCA) website. Any questions in regards to this notice should be submitted in writing via e-mail to jason.h.thomas@navy.mil. Answers to questions generated by this synopsis will be posted to Navy Electronic Commerce Online (NECO) web link at https://www.neco.navy.mil, and will also be available for download at http://www.fedbizopps.gov/ on dates to be announced.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411R3006/listing.html)
- Document(s)
- Attachment
- File Name: N0060411R3006_N0060411R3006_SYNOPSIS.pdf (https://www.neco.navy.mil/synopsis_file/N0060411R3006_N0060411R3006_SYNOPSIS.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N0060411R3006_N0060411R3006_SYNOPSIS.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0060411R3006_N0060411R3006_SYNOPSIS.pdf (https://www.neco.navy.mil/synopsis_file/N0060411R3006_N0060411R3006_SYNOPSIS.pdf)
- Record
- SN02537360-W 20110818/110817000805-86fba240f3cfd799b2f3d4c73047f936 (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 |