Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 6, 2001 PSA #2801
SOLICITATIONS

R -- ENGINEERING SUPPORT SERVICES

Notice Date
March 2, 2001
Contracting Office
SPAWARSYSCEN-Charleston, PO Box 190022, N. Charleston, SC 29419-9022
ZIP Code
29419-9022
Solicitation Number
N65236-01-R-0851
Response Due
March 23, 2001
Point of Contact
Patricia W. Godwin, Code 1115PG, (843) 218-5920, Contracting Officer, Paulette Dillard
E-Mail Address
SPAWARSYSCEN Charleston Contracting (godwinp@spawar.navy.mil)
Description
SPAWARSYSCEN Charleston is soliciting information from potential sources for systems engineering and technical support of various Department of Defense C4I systems. The engineering and technical support shall include Logistics Support, Training, Acquisition Support, Hardware and Software Engineering, Documentation Support and generation of XML Documentation, Test and Evaluation Support, Configuration Management, Independent Verification and Validation Testing, Quality Assurance, and emergent Technical Assists for the systems and subsystems below. Successful performance of this support will require knowledge, understanding and experience with the following areas, systems, and subsystems which will include but are not limited to: ADNS, Shipboard LAN, GCCS-M, NCTSS, NOW/MCPP, SCI ADNS, OTCIXS (ON-143 V6/14), TADIXS, CUDIXS II, NAVMACS II (AN/SYQ-28(V)), FMX/DUSC, FLTBCST (AN/SSR1), HSFB, IT-21 Block Upgrades, FBKS, MARCEMP, NOVA, PCMT/MMS, MDT, DAMA, LST-5D, PSC-5,Marine Corp Van (TSC-96), NESP (AN/USC-38(V) 1,2,3), MIUW Van (AN/TSQ-108 (V)3), KG-84A, KG-84C, KWR-46, KY-58, AN/USC-43, KL-51, KGV-11, and DMS. Respondents should have in-depth knowledge of Naval messaging, including JANAP 128, ACP 126 AND DOI-103 formats. In-depth knowledge of the functional capabilities and operation of the NAVMACS II/SMS, CUDIXS II and NAVMACS (V) systems/subsystems is also required. In addition, these systems use HP UNIX and SCO UnixWare operating systems, requiring the ability to analyze and code in C, C++, VxWorks and ULTRA-16. System engineering support demands in-depth expertise with the engineering process for system life cycle including definition, design, integration, test and production of SMS Phase 2 and 3 systems. System design requires thorough knowledge of messaging systems, and interfacing shipboard components such as crypto's, and RF systems. Knowledge of LAN hardware and software components and WAN interconnection and routing is necessary to provide for integration of systems into NIPRNET and SIPRNET backbones. Knowledge of VME bassed components and chassis is required to work with existing systems and system components, and provide for future identificaiton, design, and incorporation of replacement components. Support of prime mission product includes rack integration, design, fabrication, assembly, testing, and documentation. Efforts shall include installation of NAVMACS II/SMS systems aboard fleet platforms, and ashore test, training and operational sites. Conduct SOVT for NAVMACS II/SMS, and the complete SATCOM suite on designated platforms. Firms are required to be knowledgeable in all steps involved with fleet/ashore implementation, including but not limited to NAVSEA/SPAWAR ShipALT processes, CINC A-O process and regional management/control center policies. At the time of proposal submission a Secret Facility Clearance is required authorizing access, generation and storage of Secret material. Personnel qualifications -- the Government requires the contractor to provide highly skilled and experienced personnel in several specific disciplines for engineering and technical roles. The contractor must be familiar with the C4I systems and subsystems identified above and have the necessary experience and qualifications to perform the typical tasks that will be identified under individual Delivery/Task Orders. SPAWARSYSCEN Charleston anticipates awarding a Time and Materials type contract with a base year with four one-year option periods to extend the term of the contract. The Government anticipates a potential level of effort of 632,000 labor hours over a 60-month period. Oral Presentation may be required under the solicitation and responding offerors will be advised after the solicitation closing date of the date, time and location for their presentation. Firms are invited to submit appropriate documentation, literature, brochures and references to support that they possess the required specialized experience. Responses must include the following: (1) name and address of firm, (2)size of business: average annual revenue for the past 3 years and number of employees, (3) ownership: Large, Small, Small Disadvantage, 8(a), HUBZone and/or Woman-Owned; (4) number of years in business; (5) two points of contact: name, title, phone, fax and email; (6) DUNS Number (if available); (7) affiliate information: parent corporation; (8) a list of customers covering the past five year: highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference and customer point of contract with phone number and identify your role as either the Prime or the Subcontractor. Summaries should be no longer than five pages in length. All summaries should be submitted to mailed to Space and Naval Warfare Systems Center, Charleston, P.O. BOX 190022, North Charleston, SC 29419-9022, Attn: Patricia W. Godwin, Code 1115PG to arrive no later than 23 March 2001. Summaries may also be emailed to: godwinp@spawar.navy.mil. For further technical information, contract Dave Fuller, COde 523B at (843) 218-4563. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING THE INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. RESPONDENTS DEEMED FULLY QUALIFIED WILL BE CONSIDERED IN ANY RESULTING SOLICITATION FOR THE REQUIREMENT. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE, HUB-ZONE OR 8(A) SET-ASIDE BASED ON RESPONSES HERETO. THE NAICS CODE IS 54133 (SIC CODE 8711) AND THE SIZE STANDARD IS $20 MILLION.
Record
Loren Data Corp. 20010306/RSOL013.HTM (W-061 SN50F126)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on March 2, 2001 by Loren Data Corp. -- info@ld.com