D--PRESOLICITATION SYNOPSIS - NCTAMS PACIFIC COMMUNICATIONS SYSTEMS OPERATIONS AND MAINTENANCE
ID: N0060417R4014Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, USA

PSC

IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS (D)
Timeline
    Description

    Presolicitation Synopsis - NCTAMS PACIFIC COMMUNICATIONS SYSTEMS OPERATIONS AND MAINTENANCE

    The Department of Defense, specifically the Department of the Navy, through the NAVSUP Fleet Logistics Center Pearl Harbor, is planning to issue a Request for Proposal (RFP) for the operation and maintenance (O and M) of Navy communication, electronic, and computer systems at Naval Computer and Telecommunications Area Master Station Pacific (NCTAMS PAC) in Oahu, Hawaii and Geraldton, Australia.

    The services being procured include the operation and maintenance of various systems such as the Fixed Submarine Broadcast System (FSBS), Global Broadcast Service (GBS), Global Command and Control System (GCCS), Information Technology (IT) Support, Regional Top Level Architecture (R-TLA), Host Based Security System (HBSS), Information Assurance (IA), Computer Network Defense (CND), Mobile User Objective System (MUOS), Information Management (IMS) IT Support, and Ballistic Missile Defense System (BMDS).

    The contract will provide support services in mission critical areas including Hawaii Communications Electronics, Equipment Calibration Services, GCCS IT Support, Host Based Security Systems, and Information Management IT Support. The anticipated clearances required for this contract are Secret in Hawaii sites and Top Secret in Australia sites.

    The contract duration will be a twelve-month base period with four one-year option periods. The procurement will be conducted on an unrestricted, full and open basis, utilizing FAR Part 15 (Contracting by Negotiations) procedures. The RFP is expected to be issued on or about September 30, 2017, with a closing date no less than 30 days after the issuance of the RFP.

    Interested firms must be registered in the System for Award Management (SAM) database and should monitor the Navy Electronic Commerce Online (NECO) and Federal Business Opportunities (FBO) websites for updates and amendments to the RFP. Questions regarding this procurement should be submitted in writing via email.

    Point(s) of Contact
    PATRICIA MURAKAMI 8084737901 PATRICIA MURAKAMI (808) 473-7901 PENELOPE PARNES (808) 473-7643 JULIE NGUYEN-LIVIC (808) 473-7579
    Files
    No associated files provided.
    Similar Opportunities
    D--Information System operational and technical services Sources Sought
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking a contractor to provide Information System (IS) operational and technical services for the Maritime Operations Center (MOC) and the Theater-Joint Force Maritime Component Commander (T-JFMCC) at the U.S. Pacific Fleet Headquarters (COMPACFLT or CPF), HI. The services will be provided in accordance with DoD security, governance, and technical policies within defined DoD approved networks and configurations. The base performance period is anticipated to be from May 1, 2018, to April 30, 2019, with three one-year option periods thereafter. This requirement is projected to be a competitive 8(a) set-aside. The NAICS code for this acquisition is 541519 - Other Computer Related Services and the Federal Supply Code/Product Service Code is D399 - IT and Telecom- other IT and Telecommunications. Interested parties should submit company information, business size, socioeconomic status, and a capabilities statement by January 3, 2017.
    70--Amendment 0001 to RFQ N00189-17-Q-Z367
    Active
    None
    Presolicitation Department of Defense is planning to procure Xiphos maintenance renewal support for the Joint Staff, J6. This requirement also includes the upgrade and retrofit of the Xiphos Man Pack to the Micro. The proposed procurement is being processed on a brand name basis with Oceus Networks and their authorized federal resellers. A firm fixed price type contract will be issued and conducted in accordance with FAR 13.5. The solicitation N00189-17-Q-Z367 will be posted onto the NECO website approximately Friday 04 August 2017.
    D--Hard-Wired Telecommunication
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for hard-wire cable telecommunications services to various locations at U.S. Naval activities throughout the Hampton Roads area. The Hampton Roads area includes Williamsburg, VA, south to Chesapeake, VA. The services may be required in working spaces, living spaces, Navy Lodges, pier side, and dry-docks. This notice is not a request for competitive quotations, but all responsible sources may submit an offer. The complete Request for Proposal (RFP) package will be available for download on or about October 30, 2018, from the NECO Website. The North American Industry Classification System (NAICS) code for this acquisition is 517311 - Wired Telecommunications Carriers. Prospective contractors must be registered in the System for Award Management (SAM) Registration database prior to invoicing.
    J--Modification 2 to Presolicitation Synopsis for Vessel Maintenance Service requirement.
    Active
    Dept Of Defense
    Presolicitation Synopsis for Vessel Maintenance service requirement at Joint Base Pearl Harbor-Hickam, HI. The Department of Defense, specifically the Department of the Navy, is seeking a Vessel Maintenance service at Joint Base Pearl Harbor-Hickam, Hawaii. This service includes maintenance and repair of vessels, logistic support, support equipment maintenance, vessel operation for maintenance purposes, and inventory management. The contract duration will be a 60 day phase-in, followed by a twelve-month base period, three one-year option periods, and one option to extend services for no more than six months. The procurement is set aside for small businesses and will be awarded as a commercial services contract. Interested firms must register in the System for Award Management (SAM) database and the Request for Proposal (RFP) is anticipated to be issued on or about April 25, 2016.
    R--7TH FLEET AREA OF OPERATIONS (AO) REGION 2 HUSBANDING SUPPORT SERVICES, MULTIPLE AWARD CONTRACTS (MAC) REQUIREMENT
    Active
    None
    Presolicitation Department of Defense is seeking support services for the 7th Fleet Area of Operations (AO) Region 2. The services are intended for United States Ships (USS) and United States Naval Ships (USNS) visiting commercial and military ports in Region 2 countries. The procurement will be conducted through multiple-award indefinite-delivery, indefinite-quantity (IDIQ) contracts. The contracts will have an ordering/performance period of 18 months. The solicitation is expected to be issued around September 15, 2017, and will be available for download on the Asia Navy Electronic Business Opportunities (AsiaNECO) and Federal Business Opportunities (FEDBIZOPPS) websites. Offerors must be registered in the System for Award Management (SAM) database to be eligible for award. The point of contact for this requirement is Mr. James Sinclair.
    M--Modification 1 to Presolicitation Synopsis for the Port Operation services requirement at Joint Base Pearl Harbor-Hickam, HI.
    Active
    Dept Of Defense
    Presolicitation Synopsis for the Port Operation services requirement at Joint Base Pearl Harbor-Hickam, HI. The Department of Defense, specifically the Department of the Navy, is seeking Port Operation services at Joint Base Pearl Harbor-Hickam, Hawaii. These services include equipment maintenance, equipment operation, inventory management, logistics support, and various other tasks related to port and harbor operations. The contract duration will be a 90-day phase-in, followed by a twelve-month base period, with options for additional years. The procurement is set aside for small businesses, and the selection process will be based on the lowest price technically acceptable source. Interested firms must register in the System for Award Management (SAM) database and the Request for Proposal (RFP) is anticipated to be issued on or about April 11, 2016.
    N--CASCON SYSTEM INSTALLATION, MAINTENANCE and REMOVAL
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking installation and maintenance services for a Casualty Control (CASCON) evacuation and alarm reporting system onboard a forward deployed vessel in Yokosuka, Japan. The system will be provided by the government and the contractor will be responsible for installation, maintenance, and removal. The solicitation will be posted on the NECO website on or about March 24, 2016, with proposals due by April 4, 2016. The contract will be awarded on a firm-fixed price basis in accordance with FAR parts 12 and 13.5. Interested parties should monitor the NECO website for updates. Email submission of proposals is acceptable.
    D--Centrex Support Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY intends to negotiate an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Centrex Voice Services. These services will provide commercially available integrated voice services via Central Office (CO) based, dial tone facilities to defense activities located at Naval Station Norfolk, Joint Expeditionary Base Little Creek/Fort Story, and other locations. The contract will have a twelve-month base period of performance with option provisions for four one-year option periods. The solicitation will be available for downloading on or about February 19, 2016, and interested contractors must be registered in the Systems for Award Management (SAM) database to be eligible for award.
    J--Security System Maintenance
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance support services on Access Control System, Intrusion Detection and CCTV System for Center for Information Warfare (CWIT). The resulting contract will have one base year and four option years under NAICS code 561621. The RFQ should be posted on or before 17 July 2018.
    M--Operation of Government-Owned Facilities
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) Services for Joint Region Marianas (JRM), Guam. Guam plays a key role in providing logistic and mission support to the operating forces for all U.S. military forces deployed in the Western Pacific. BOS Services are essential to military operations and facility maintenance on Guam and must be adaptable to JRM's ever-changing operational environment. The contract period of performance is anticipated to consist of a twelve-month base period, six 12-month option periods, and one 12-month option period. The Government intends to award a Cost-Plus-Award-Fee contract. The anticipated procurement is for operations services including General Information, Management and Administration, Port Operations, Ordnance, Facility Management, Facility Investment, Utility Management, Electrical, Wastewater, Steam, Water, and Base Support Vehicles and Equipment. A pre-proposal conference and site visit will be held on Guam. The solicitation will be available in electronic format only on the Federal Business Opportunities (FBO) website and the Navy Electronic Commerce Online (NECO) website. Offerors must be registered in the System for Award Management (SAM) database.