The RFP Database
New business relationships start here

NAVFAC AT/FP Ashore Program Global Sustainment Contract (GSC)


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) is conducting market research and seeking sources for a follow-on contract to N39430-16-C-1811, awarded to Serco Inc. The intent of this future contract is to effectively procure the equivalent of a full-service maintenance warranty for the NAVFAC AT/FP Ashore Program Systems/Equipment to include hardware and associated firmware and software, which will include Cybersecurity/Risk Management Framework (RMF) Assessment and Authorization (A&A) requirements of the NAVFAC AT/FP Ashore Program Systems/Equipment. The scope of this AT/FP Ashore Global Sustainment Contract is to provide centrally-managed sustainment for the NAVFAC AT/FP Ashore Program Systems/Equipment to include hardware, associated firmware and software located at Naval Installations worldwide as identified in this PWS and supporting documents. A System/Equipment includes all of the hardware, associated firmware, software, and cabling or other signal/data transmission sub-systems necessary for the System/Equipment to function as intended. Sustainment is defined as all work and costs associated with maintaining and repairing the Systems/Equipment to include hardware, associated firmware, software and material as required enabling the NAVFAC AT/FP Ashore Program Systems/Equipment to perform as specified in accordance with the applicable performance specifications. This PWS does not include warranty or sustainment services for the Navy information transport networks that provide data connectivity; Navy/Marine Corp Intranet (NMCI), OCONUS Network Environment (ONE-Net), or Public Safety Network (PS-Net).


NAVFAC EXWC plans to award a single-award Indefinite Delivery Indefinite Quantity contract for the services described in the attached draft performance work statement. Sustainment of existing equipment will be awarded under a single task order with options. Upgrades and technical refreshment of systems or equipment will be issued under separate task orders. The estimated total capacity over a 60 month ordering period will be approximately $250M. The applicable NAICS code is 561621 with a small business size standard of $22.0 M. Award must be made no later than March 4, 2021.


Interested firms are requested to provide a capabilities statement that includes: Company name; Point of Contact; Email address; Phone number; Company's business size and CAGE Code; past experience with work of a similar nature within the previous five years (provide contract numbers and values if applicable); demonstrate the capability to perform the work under this contract globally (see section 1.2 of the PWS); if a small business demonstrate the technical ability, or approach to achieving technical ability, while demonstrating it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Incumbents under the current and prior contract (N3943013C1201) need not submit capabilities statements. Please limit capabilities statements to ten pages or less. Capabilities statements may be emailed to stephen.p.todd1@navy.mil


 


stephen p. todd, contract specialist, Phone 8059822373, Email stephen.p.todd1@navy.mil - William J. Hepler, Division Director ACQ72, Phone 8059823872, Email william.hepler@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP