The RFP Database
New business relationships start here

TACAMO Ground Communications - Mobile ISEA Contract


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

This announcement is not a Request for Proposals (RFP), and constitutes only a sources sought for a potential solicitation. Naval Warfare Information Center, Pacific (NIWC PAC) is seeking small business firms with current relevant knowledge, experience and capability to provide services to assist the project in its execution of development, testing, production, sustainment and technical support of TACAMO Ground Communications - Mobile systems. The support includes developmental technology in, and demonstration of High-Altitude Electromagnetic Pulse (HEMP) hardening processes, testing, Hardness Maintenance and Hardness Surveillance (HM/HS) activities. This requirement is for a company capable of building an enclosure that meets the High Altitude Electromagnetic Pulse (HEMP) requirements as outlined in MIL- STD-188-125-2. MIL-STD-188-125-2 contains the technical requirements and design objectives for high-altitude electromagnetic pulse protection of ground- based systems and facilities that are nodes in HEMP-hardened networks for performing critical and time-urgent command, control, communications, computer, and intelligence (C4I) missions. The requirements are stringent, in order to avoid both damage and functional upsets that prevent mission accomplishment within operationally prescribed timelines. Performance, acceptance test, and verification test requirements are also contained in the body of the standard. All test results must be reviewed and certified by USSTRATCOM and DTRA for NC3 nuclear survivability missions. Systems required to fully comply with the provisions of the standard are designated by the Joint Chiefs of Staff. The standard applies to both new systems and modifications of existing systems. The services will include at a minimum the following areas: Management, Hardware Engineering, Software Engineering, Configuration Management, Logistics, and Testing. The primary systems and efforts to be supported under this contract are listed below. Any replacement, follow-on or interrelated system shall be covered by this SOW. Work will be performed at operational platform sites, located in the continental United States (CONUS). A DRAFT Statement of Work (SOW) and Market Survey (MS) for Service Procurements by the Government are attached to this Market Survey Notice. The potential level of effort for the total requirement is approximately 6.87 Full Time Equivalents per year (1 FTE = 1,920 hours). The North American Industry Classification System (NAICS) Code is 332311 Prefabricated Metal Building and Component Manufacturing, and the Small Business size standard is 750 number of employees. Interested small business firms are invited to respond to this sources sought announcement by providing a Relevant Contract Experience Matrix (not to exceed 13 pages) that addresses the areas of emphasis in the attached Market Survey (MS) for Services Procurements. The attached MS for Services Procurements sets forth the requirements for response submission. A determination as to whether a potential acquisition will be a set-aside or full and open competition will be based upon responses to this notice. Capability information is to be submitted via electronic transmission in the time specified within the MS. NIWC PAC may not evaluate offeror submissions that do not comply with the submission instructions. NIWC PAC will evaluate 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 as further specified in the Governments attached MS for Services Procurements. If insufficient responsive qualified 8(A) firms indicate interest, the Navy will review responsive qualified small business firms for issuance of a competitive small business set-aside solicitation. If insufficient qualified small business firms indicate interest, the Navy may procure the services through unrestricted full and open competition. 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 and transmit capability information to the Contracts Specialist, Ashley Yosuico Krasnoff at ashley.yosuico @navy.mil. THIS NOTICE IS FOR INFORMATION AND PLANNING PURPOSES ONLY, AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT AN RFP AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP REQUESTS FOR INFORMATION.

Point of Contact - Ashley Y Krasnoff, Contract Specialist, 619-553-4516

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP