MODIFICATION
J -- MAINTENANCE AND REPAIR OF MISCELLANEOUS EQUIPMENT - SOW
- Notice Date
- 12/15/2016
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
- ZIP Code
- 22448-5100
- Solicitation Number
- N0017816Q3024
- Archive Date
- 4/1/2017
- Point of Contact
- Valeria Giberti, Phone: 5406537098
- E-Mail Address
-
valeria.giberti@navy.mil
(valeria.giberti@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SOW This is an amendment to the previously posted RFI to notify all interested contractors that this requirement has been moved to Seaport-e under Solicitation No. N00178-17-R-3054. Special Notice: This is neither a request for formal Request for Proposals (RFP) or quotes. The Government will not reimburse any costs associated with the development and submission of materials in response to this request. There is no solicitation available at this time. However, should such a requirement materialize, no basis for claims against NSWCDD shall arise as a result of a response to this Sources Sought notice or NSWCDD's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The U.S. Navy has identified a need for continuous technical and engineering support to the Naval Tactical Computer Resources (NTCR) and Ship Self-Defense Systems (SSDS) MK2. The Combat Direction Systems Activity Dam Neck (CDSA-DN) is issuing this sources-sought announcement as part of a market survey for engineering and technical services in support AN.UYK-43A(V) and AN-UYQ-70. The Government seeks to determine the capabilities of all vendors. The Combat Direction Systems Activity Dam Neck's (CDSA-DN) Division requires engineering and Subject Matter Expert (SME) support services relating to the engineering, installation, system software/firmware integration support, configuration, integration, test, maintenance, and repair support. This is NOT a Request for Proposal (RFP). NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. Industry responses will be used as an input in the formulation of acquisition approaches and plans for appropriate future investments. Industry responses will be used as an input in the formulation of acquisition approaches and plans for appropriate future investments. The Contractor shall provide engineering and technical services to support CDSA assigned NTCR, SSDS MK2, and the AN/UYK-43A(V) and AN/UYQ-70 equipment, systems, subsystems, components, and programs. Additionally, the Contractor shall furnish all labor and facilities, fabricate, assemble, receive inventory, verify, package, temporarily store and ship material and equipment necessary in the performance of this contract except for those facilities, materials, equipment, and information to be provided by the Government. The Contractor is required to have the ability to fully disassemble the UYK-43 computer onboard the ship and troubleshoot by conducting pin to pin continuity of the backplane, as well as have the ability and expertise to repair water leaks in the UYK-43. See the attached draft Statement of Work for a complete description of the hardware and support the Government is seeking. This sources sought is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is a single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access the information posted by the Navy Sea Systems Command. Capability Statements -Interested contractors are invited to submit capability statements. Capability statements shall not exceed 10 pages, not including resume summaries and shall include the following items: 1. A complete description of the Offerors' capabilities, related experience, facilities, techniques or unique combinations of these factors that clearly relate to the Government's specific needs for this requirement. 2. Does the Offeror have personnel available who possess SECRET level security clearances? 3. Does the Offeror have personnel available who are qualified to work while wearing a respirator (e.g. N95/N98)? 4. A summary of previous corporate experience relevant to the SOW 5. Any other potential pertinent information you wish to provide. Classified responses are permitted with prior notification. NSWCDD, Code 025 must be notified in writing 5 working days prior to submission of any classified responses. CLASSIFIED questions shall be handled through the NSWCDD Security POC. Specifically, any entity wanting to ask a CLASSIFIED question shall send an email to the NSWCDD Security POC with a copy to both the Technical POC and the Business POC stating that the entity would like to ask a CLASSIFIED question. DO NOT EMAIL ANY CLASSIFIED QUESTIONS. The Security POC will contact the entity and arrange for the CLASSIFIED question to be submitted through a secure method of communication. No telephone responses will be accepted. Responses must be received no later than NOON EST on Friday 28 October 2016 via e-mail to valeria.giberti@navy.mil. Responses should reference "SME Support Services."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017816Q3024/listing.html)
- Record
- SN04352632-W 20161217/161215234309-edb53b983364a171e19e1adf0bbac342 (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 |