Search Contract Opportunities

N65236-17-R-0001 Secure Voice Solutions (SVS), formerly known as United Capabilities Voice Solutions (UCVS) Systems   2

ID: N65236-17-R-0001 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

6/06/18 - The solicitation is hereby issued with a closing date of 09 July 2018. Solicitation and attachments can be found below. The due date for questions regarding this solicitation is 18 June 2018. Questions shall be submitted via e-mail to kristen.smith@navy.mil. _______________________________________________________________________ 3/02/18 Part II - Pre-Solicitation Notice REFERENCE NUMBER: N65236-17-R-0001 Space and Naval Warfare Systems Center (SPAWARSYSCEN) Atlantic has a requirement to provide support services for three major SVS projects including Secure Voice (SV)/Tactical Shore Gateway (TSG)/VINSON/Advanced Digital Voice Terminal (ANDVT) Crypto Modernization (VACM); Automated Digital Network Systems (ADNS); and Defense Red Switch Network (DRSN). This requirement will support the SPAWARSYSCEN Atlantic SVS Integrated Product Team (IPT) who provides comprehensive engineering, In- service Engineering Activity (ISEA) and programmatic support for in-service and emerging Secure Voice Systems and Services. The SVS IPT is the designated ISEA and Engineering activity for PMW 130, PMW 160 Automated Digital Network System (ADNS) Voice and Navy Information Forces Command (NAVIFOR) Secure Voice programs. The support services shall include, but are not limited to the following areas: a. Systems engineering support to include local and on-site engineering and technical support for the implementation and initial analysis of new products; integration, assembly, testing, and support related to engineering changes; product and system initial familiarization training; lab Mock-ups; and review device/system specifications b. Integrated Logistics Support (ILS) to include configuration management (CM) for equipment and systems; Logistical Support Analysis and Reliability Centered Maintenance Analysis (RCMA); and support the development of material lists, material identification, and material procurement activities. c. ISEA support to include technical and distant support for fielded products, systems, and devices located onboard afloat, submarine, air frames, and ashore facilities; help desk technical support; ILS sustainment support and Cybersecurity Information Assurance (IA) support. This is a pre-solicitation notice, and the Government anticipates that a formal solicitation will be issued in March 2018 under full and open competition. The Government anticipates award of a single-award, indefinitely delivery, indefinite quantity (IDIQ), performance based contract with provisions for both Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP) orders. The period of performance includes a five year base ordering period with an option for one four year ordering period. The NAICS code for this effort is 541330, and size standard is $38.5 Million. This notice of intent is NOT a request for competitive proposals. This pre-solicitation notice is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Please submit all questions and inquiries in writing to Kristen Smith, Contract Specialist, at Kristen.smith@navy.mil. _______________________________________________________________________ 3/02/18 Part I - Industry Day Q&A and Slides The briefing slides and Questions/Answers from the Industry one-on-one teleconference sessions have been uploaded and are now accessible. _______________________________________________________________________ 2/16/18 The following draft documents have been issued for Secure Voice Solutions (SVS) N65236-17-R-0001 1) Draft Solicitation 2) Draft Attachment 10 Capability Matrix Please send any questions/comments to Kristen Adams at Kristen.adams@navy.mil. _______________________________________________________________________ 1/19/18 Deadline for requests to participate in the one-on-one industry teleconference information sessions for the SVS solicitation N65236-17-R-0001 has been extended. If you wish to participate, please reply via email to Kristen.adams@navy.mil no later than 24 Wednesday 2018. _______________________________________________________________________ 1/12/2018 Industry One-on-One Teleconference Information Sessions for Secure Voice Solutions (SVS), formerly known as United Capabilities Secure Voice Solutions (UCVS), In-service Engineering Activity (ISEA) and Programmatic support for Navy Secure Voice Systems and Services. (N65236-17-R-0001). 1. In lieu of Industry Day, SPAWAR will hold 20-minute one-on-one industry teleconference information sessions for the SVS solicitation N65236-17-R-0001. 2. NOTE: This solicitation requires an active National Security Agency's (NSA) Electronic Key Management System (EKMS) approved Communications Security (COMSEC) account classification. Interested firms must possess an active COMSEC account classification. 3. The purpose of each teleconference is to: 1) improve the understanding of the Government's anticipated contract strategy; 2) improve the understanding of the Government's technical requirements; and 3) provide a prospective offeror an opportunity to ask questions regarding the requirement. 4. SPAWAR Atlantic released a draft PWS for this effort on 7/14/2017 through the SPAWAR E-Commerce website (https://e-commerce.sscno.nmci.navy.mil/). The projected timeframe for RFP release is 2nd Quarter FY18. 5. It is recommended that you carefully read the draft PWS for this effort and associated documents for N65236-17-R-0001. 6. If you wish to participate in an industry one-on-one teleconference, please reply via email to Kristen.adams@navy.mil no later than 18 January 2018. The Government anticipates holding the teleconference sessions the last week of January. Once a date and time are finalized, interested parties will be notified via email. The Government will notify parties in the event of schedule changes. 7. Each session will include a brief presentation from SPAWAR Atlantic technical personnel and SPAWAR Atlantic contracting personnel. All questions and answers will be recorded and posted to SPAWAR E-Commerce (https://commerce.sscno.nmci.nayv.mil). Additionally, all presentation material will be made available to prospective offerors via SPAWAR E-Commerce. We recommend prospective offerors subscribe to the solicitation N65236-17-R-0001 on SPAWAR E-Commerce. 8. Participation in the one-on-one teleconference sessions is NOT a requirement and in no way prohibits any company from submitting a proposal in response to any forthcoming solicitation. Each one-on-one teleconference will only address information related to solicitation N65236-17-R-0001. Further, prospective offerors are not required to participate in a teleconference in order to obtain presentation materials. _______________________________________________________________________ __________________________________ Systems Engineering, Technical, and Management support services for United Capabilities Voice Solutions (UCVS) systems for the Command, Control, Communication, Computers and Intelligence (C4I), Information Assurance and Cyber Security Program Office (PMW 130), Tactical Networks Program Office (PMW 160) and the Defense Red Switch Network (DRSN) Program Office.

Overview

Response Deadline
July 9, 2018, 1:00 a.m. EDT Past Due
Posted
June 6, 2018, 2:55 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price; Cost Plus Fixed Fee;
Est. Level of Competition
Low
Vehicle Type
Indefinite Delivery Contract
On 6/6/18 Naval Information Warfare Systems Command issued Synopsis Solicitation N65236-17-R-0001 for N65236-17-R-0001 Secure Voice Solutions (SVS), formerly known as United Capabilities Voice Solutions (UCVS) Systems due 7/9/18. The opportunity was issued full & open with NAICS 541330 and PSC R.
Primary Contact
Name
Point of Contact - Kristen M Smith, Contract Specialist, 843-218-3138; Christopher Brown, Contracting Officer, 843-218-4306 Contract Specialist
Email
Phone
None

Secondary Contact

Name
None   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation N65236-17-R-0001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N65236-17-R-0001

Award Notifications

Agency published notification of awards for Synopsis Solicitation N65236-17-R-0001

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation N65236-17-R-0001

Contract Awards

Prime contracts awarded through Synopsis Solicitation N65236-17-R-0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N65236-17-R-0001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N65236-17-R-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > SPAWAR > SPAWAR LANT > NIWC ATLANTIC
FPDS Organization Code
1700-N65236
Source Organization Code
100076484
Last Updated
Aug. 8, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Aug. 8, 2018