Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2007 FBO #2021
SOURCES SOUGHT

A -- Interoperable Communications Technical Assistance

Notice Date
6/7/2007
 
Notice Type
Sources Sought
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
SSC-San_Diego_MKTSVY_467CE
 
Response Due
6/28/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Space and Naval Warfare Systems Center San Diego (SSC San Diego) ??? Electromagnetics Division, Code 285, is seeking sources that can provide services to the Department of Defense (DoD), Department of Homeland Security (DHS), Office of Grants and Training (OG&T), and Office of Emergency Communications (OEC) agencies in providing technical support to federal, state, and local Government agencies engaged in a wide range of Command, Control, Communications, Computers and Intelligence (C4I) activities primarily to support communications interoperability technical assistance to public safety jurisdictions, including law enforcement, fire protection, medical emergency services, and others that would be involved in preventing or responding to a wide variety of threats to public safety. The scope of the contemplated effort will include end-to-end systems and software engineering, design, development, integration, prototyping and evaluation & characterization of technologies primarily in the area of voice communications interoperability for public safety. A ???DRAFT??? Statement of Work (SOW) can be reviewed at https://e-commerce.spawar.navy.mil. This procurement is anticipated to be an indefinite quantity indefinite delivery (IDIQ) cost plus fixed fee (CPFF) contract. SSC-SD anticipates issuing a solicitation for a three-year base period with one two-year option. A minimum guarantee applies to the base period. There is no minimum guarantee on the option. The estimated level of effort for the total requirement is approximately 257,500 man-hours, which may be expended prior to the end of the potential five year period. The North American Industry Classification System (NAICS) Code is 541330 ??? Engineering Services, and the Small Business Size Standard $25M. The purpose of this presolicitation notice is to locate and identify qualified small business sources to determine if sources exist for a small business set aside. Interested SB firms are invited to respond to this sources sought announcement by providing an information statement (NTE eight (8) pages inclusive of the cover page) that summarizes experience, knowledge, and capabilities relating to public safety and voice communications interoperability consistent with the technical areas noted in the ???DRAFT??? Statement of Work located at https://e- commerce.spawar.navy.mil. Respondents shall provide information related to contracts where the respondent was materially involved at a comparable level of effort. The respondents information statement shall provide: (1) information about their business size status (i.e., small, small disadvantaged, woman-owned small, HUBZone small, veteran-owned small, 8 (a), etc.; (2) a statement that they have the capacity to conform to FAR Clause 52.219-14 Limitations on Subcontracting, and (3) summarizes experience and knowledge in the area of public safety and voice communications interoperability for five (5) technical areas listed in paragraph 1.0 of the Draft SOW: (a) project operation, planning, development, (b) systems analysis; (c) systems engineering; (d) software engineering; and (e) exercise support. A determination as to whether this acquisition will be a set- aside or full and open competition will be based upon responses to this notice. The deadline for submission of capability information is 28 June 2007 by 2:00 PM Pacific Time. Capability information is to be submitted via electronic transmission to the SPAWAR E-Commerce Central website. The URL for the SPAWAR E- Commerce Central is https://e- commerce.spawar.navy.mil. First time users of this site are encouraged to access the link titled ???Read Me First!???, and then register through the link titled ???Submitting a Proposal????. SSC San Diego may not evaluate offeror submissions that do not comply with the submission instructions. SSC San Diego will evaluate all offeror submissions that comply with the submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work envisioned in the Draft SOW. Each respondent to this notice will be notified in writing of the set-aside or unrestricted decision made for this procurement. Please direct any questions to Colleen Ferguson, phone (619) 553-4532, email colleen.ferguson@navy.mil.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=358242690AF7E4AF882572F300631AC4&editflag=0)
 
Record
SN01313023-W 20070609/070607221947 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.