This is a market survey/sources soughtsynopsis for Global War on Terrorism
(GWOT) Support Services.
Reference RFP N65236-09-R-0023
A copy of the draft PWS, and a
Microsoft Word document of this
synopsis, are posted at the
SPAWARSYSCEN Atlantic E-Commerce
Business Opportunity webpage:
https://e-
commerce.spawar.navy.mil/command/0
2/acq/navhome.nsf/homepage?
readform
The Space and Naval Warfare Systems
Center, Atlantic (SSC-LANT) is soliciting
information from potential sources to
provide engineering, analytical,
technical and programmatic support to
ongoing efforts in the Global War on
Terrorism (GWOT). The following are
examples of typical programs and
technologies the offerors must be
knowledgeable of to support (ref PWS
Para 1.2.2): C4ISR; Information
Assurance and Cyber Security;
Multimedia, Database and Web
Development; Rescue Technologies;
Prevention and Mitigation of Chemical,
Biological, Nuclear, Radiological and
Explosives (CBRNE) and Weapons of
Mass Destruction (WMD) Attack;
Counter Terrorism Activities; Counter
Proliferation Activities; Homeland
Security Exercise and Evaluation
Program (HSEEP); First Preventer/First
Responder Activities; Special
Operations Forces (SOF) Activities;
Unmanned Aerial Vehicles (UAV); Seal
Delivery Vehicles (SDV); Special
Operations Craft Riverine (SOCR); High
Speed Assault Craft (HSAC); and
Maritime Craft Air Delivery System
(MCADS). As directed in multiple task
orders, this contract will support
requirements generated by a host of
U.S. Government agencies involved
with GWOT.
Work to be performed under this
contract may require staff and direct
workforce with active security clearances
up to Top Secret clearances; as well as,
a Top Secret with SCI access.
The following table is a list of potential
tasking as specified in the draft
Performance Work Statement (PWS).
The percentages listed next to the
individual tasking are the estimated
amount of effort that will be required
on any potential contract for this effort.
You are requested to provide the
percentage of work your company can
perform against each listed tasking,
along with documentation to support
this claim. Do not include any
documentation or percentages for any
company other than your own. This is
an analysis of your companys ability of
what it can or cannot perform.
The contractor will be tasked to
accomplish the work as specified in the
PWS. Divided into the following tasks,
the services shall be performed either
singly or in combination as specified in
accordance with individual task orders.
The following table reflects the
governments best estimate as to the
future work requirements:
PWS PARA.
TASKING DESCRIPTION
ESTIMATED
PERCENTAGE
3.1
Engineering Support
20%
3.2
Exercise, Operational and Training
Support
30%
3.3
Maintenance and Technical Support
30%
3.4
Acquisition Support
10%
3.5
Program Management Support
10%
Firms are invited to submit the
appropriate documentation, literature,
brochures, and references necessary to
support that they possess the required
capabilities necessary to meet or
exceed the stated requirements.
There is a limit of six (6) pages on
data submitted. Responses shall be
submitted via e-mail to SSC-LANT,
Ronald Kennedy, Code 2258RK, at
[email protected].
Capability Responses must include all
of the following information:
(1) name, address, and website
address, if applicable, of firm;
(2) size of business, including; total
annual revenue, by year, for the past
three years and number of employees;
(3) ownership, including whether:
Large, Small, Small Disadvantaged, 8
(a), Women-Owned, HUBZone, Veteran
Owned and/or Service Disabled Veteran-
Owned Business;
(4) number or years in business;
(5) two company representative points
of contact, including: name, title,
phone, fax, and e-mail address;
(6) Cage code, DUNS Number (if
available), NAICS code;
(7) affiliate information, including
parent corporation, joint venture
partners, potential teaming partners,
prime contractor (if potential sub) or
subcontractors (if potential prime);
(8) the percentage of work your
company can perform with respect to
the stated tasking requirements see
table above. Note: Do not include any
documentation or percentages for any
company other than your own. This is
an analysis of your companys abilities
of what it can or cannot perform
exclude any subcontractor information;
(9) a summary of the experience your
company has providing services for the
programs and technologies listed in
PWS Para 1.2.2. Contractors should
summarize extent of experience.
Note: Do not include any
documentation or percentages for any
company other than your own. This is
an analysis of your companys abilities
of what it can or cannot perform
exclude any subcontractor information;
(10) a list of customers for relevant
work (highlighting GWOT support)
performed in the past five (5) years,
including the following: (i) a summary
of work performed, (ii) contract
numbers, (iii) contract type, (iv) dollar
value for each contract referenced, how
this work demonstrates capability to
perform percentages stated in number
eight, and (v) a customer point of
contact with valid, working phone
number (this information is required to
verify offerors performance; the
government may contact any reference
for further validation.);
(11) statement that the contractor has
or does not have an approved
accounting system as defined in the
Federal Acquisition Regulation (FAR);
(12) state if you have an office located
close to SSC-LANT Charleston facility
and state its current facility security
clearance level.
Note: Teaming partnerships and joint
ventures envisioned under FAR 52.219-
27(c) and (d) for Serviced Disable
Veteran Owned Small Businesses, and
FAR 52.219-3 (c) and (d) for HUBZone
Businesses established to meet the
provisions of FAR 52.219-
14 Limitations on Subcontracting
should provide the information
requested in items 1 through 12
above, on each of the teaming
partners.
NOTE REGARDING SYNOPSIS: This
synopsis is for information and
planning purposes ONLY and is not to
be construed as a commitment by the
Government. This is NOT a solicitation
announcement. No reimbursement will
be made for any costs associated with
providing information in response to
this announcement, or any follow-up
information requests. The Government
reserves the right to consider a set-
aside for small businesses or one of
the small business preference groups.
(i.e., 8(a), SDB, SDVO, etc.). The
applicable NAICS code is 541330 with a
size standard of $27 million. The
Government estimate for this effort is
$249 million. Contractors must submit
their response by e-mail no later than
1400 hours, 12 Feb 2009. We
anticipate the resulting contract being a
cost-plus-fixed-fee, indefinite delivery,
indefinite quantity type contract for a
period of performance not to exceed 5
years. In addition, multiple awards,
depending on responses to the RFP,
will be made. This is a follow-on
contract under Contract Numbers
N65236-05-D-7862 and N65236-05-D-
7863. The incumbent contractors are
Applied Marine Technology, Inc. and
Gemini Industries respectively. Please
reference No. N65236-09-R-0023 when
responding to this synopsis. Within a
reasonable time for evaluation of
responses SSC-Atlantic will post the
procurement decision on e-commerce
and FEDBIZOPS.
A copy of the draft PWS, and a
Microsoft Word document of this
synopsis, are posted at the
SPAWARSYSCEN Atlantic E-Commerce
Business Opportunity webpage:
https://e-
commerce.spawar.navy.mil/command/0
2/acq/navhome.nsf/homepage?
readform
Bid Protests Not Available